Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

65 -- PENTACAM HR SCHEIMPFLUG CAMERA AND SOFTWARE

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F09T0173
 
Response Due
9/25/2009
 
Archive Date
11/24/2009
 
Point of Contact
mcnearyd, 637-186-7086
 
E-Mail Address
European Regional Contracting Office
(deloney.mcneary@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number: W9114F-09-T-0173 issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (iv) 100% Small Business Set Aside. North American Industry Classification System (NAICS) code for this solicitation is 423450. (v) The Europe Regional Contracting Office has a requirement to purchase a Pentacam HR Scheimpflug Camera and accompanying software. Description of the requirements for the items to be acquired: Line Item 0001: 1 each BRAND NAME OR EQUAL: PENTACAM HR, Includes Pentacam Scheimpflug Camera x-y-z base, head and chin rest, Windows software, software module for one separate computer, power supply, USB cable, dust cover, electric table, computer, flat screen, wireless mouse, mini-keyboard, Price includes new Belin/Ambrosio Software and installation and training. Includes full one-year warranty. SubClin 1001 1 each: BRAND NAME OR EQUAL: PACHYMETRY SOFTWARE FOR PENTACAM SubClin 1002 BRAND NAME OR EQUAL: DENSITOMETRY SOFTWARE FOR PENTACAM SubClin 1003 BRAND NAME OR EQUAL: 3-D CHAMBER ANALYZER SOFTWARE FOR PENTACAM SubClin 1004 BRAND NAME OR EQUAL: CORNEAL TOPOGRAPHY SOFTWARE FOR PENTACAM Line Item 0002: 1 each TWO (2) EACH OPERATOR AND SERVICE MANUALS Line Item 0003: 1 each Freight and Insurance to Blanchfield Army Community Hospital, Fort Campbell, KY 42223. (vi) The place of delivery and acceptance will be Blanchfield Army Community Hospital, Property Management Branch, Fort Campbell, KY 42223. All offerors must quote FOB Origin. (vii) 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. The following Provisions apply to this requirement: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation of Commercial Items (Jan 1999), FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Include a completed copy of the provision with your offer or complete paragraph (j) of 52.212-3 Alt 1, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov). (viii) 52.252-2 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. The following Clauses apply to this requirement: FAR 209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred Suspended or Proposed for Debarment FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Sep 2009)52.243-1 Changes-Fixed Price 52.219-28 Post-Award Small Business Program Rerepresentation Far 52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006) 52.232-23 Assignment of Claims FAR 52.247-29, F.O.B. Origin DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Sep 2007) DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.225-7042, Authorization to Perform DFARS 252.246-7000 Material Inspection and Receiving Report (Mar 2008) DFARS 252.232-7010 Levies on Contract Payments DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are: DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (mar 2008) (ix) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (x) Numbered Notes: None applicable. (xi) In order to be eligible for award, registration in the Central Contractor Registration database is required. To register, please go to http://www.ccr.gov. (xii) All offers are due 25 September 2009 before 5:00 pm Central European Time. Offers may be sent via email to Deloney.McNeary2@amedd.army.mil, hand-delivered, or faxed to +49-6371-86-8070. (xiii) The Point of Contact for this requirement is Deloney McNeary, +49-6371-86-7058, fax +49-6371-86-8070, or email Deloney.McNeary2@amedd.army.mil. (xiv) The offeror must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment salient characteristics: Pentacam HR Factor 1.The equipment offered provides pachymetry, desitometry, and corneal topography. Factor 2.The equipment offered uses a rotating Scheimpflug camera to assess both anterior and posterior corneal surfaces, both pre and post operatively. Factor 3.The equipment offered is capable of performing five tests at once. Factor 4.The equipment offered has the following light source: Blue LEDs (475 nm UV-free) Factor 5.The equipment offered has a speed of no less than (NLT) 50 images in two seconds with no less than (NLT) 500 true elevation points each.. Factor 6.The equipment offered has a high resolution camera offering no less than (1.45) Mega Pixels. Factor 7.The equipment offered has an active shifting fixation target. Pachymetry Software Densitometry Software Corneal Topography Software Factor 8.The software offered is Windows compatible. Factor 9.The software offered allows archiving of patient data. Factor 10.The software offered allows integration into the local network. (NOTE: Failure to receive an acceptable rating of any of the salient characteristics will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected.) (xv) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. Evaluation Standards: Award will be made on a lowest priced, technically acceptable quote that is rated acceptable for all of the stated salient characteristics using the following standards for a final rating: Acceptable: A quote that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. Unacceptable: A quote that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F09T0173/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN01964524-W 20090923/090922001524-e12024093fee62c5449ce02486c6839f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.