Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

65 -- Digital Radiography System Rapid Start BRAND NAME OR EQUAL

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F10T0130
 
Response Due
9/15/2010
 
Archive Date
11/14/2010
 
Point of Contact
Christine Bauer-Newland, 011496371867597
 
E-Mail Address
European Regional Contracting Office
(christine.bauer-newland@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W9114F-10-T-0130. This solicitation is issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-14. This is an unrestricted acquisition. The North American Industry Classification System AI(N CS) code is 334510. LINE 0001, 1 EACH, Digital Radiography System; RapidStart Component, Clinical Digital Radiography System does permanently attach to a standard radiology table to provide DICOM-based, digital radiographic capture. Sensor Panel with full-size 14in-17in active capture area, operator console with touch screen 17in display, advanced multi-frequency image processing algorithms, Sound-Eklin's exclusive small animal, avian and exotic algorithms. internal DICOM image storage for up to 6,000 DR images, DICOM 3.0 conformance, Ethernet connectivity. PN for Sound-Eklin 94-825. Require 2ea Operators and Service Manual 220V/50Hz for the components. European Plug. Sensor Unit:Type:Canon Medical CXDI-50G Sensor;Imaging Area:35.6 cm x 43.2 cm (14in x 17in); Pixel Pitch:160 x 160 microns;Pixel Array:2,208 x 2,688 pixels (5,935,104 pixels);Grayscale:12 bit (4,096 levels);Weight:4.8 kg (10.6 lbs.);Dimensions:50.6 cm (19.9in) wide by 49.0 cm (19.3in) high by 2.3 cm (0.9in) thick;System:Controls:Flat panel touch screen display;Application:Veterinary-specific anatomical view selection and acquisition optimization; Image: Processing: Time:Preview: approx. 4 seconds after exposure Canon world-class patented; multi-frequency image enhancement suite standard;Data Output:DICOM 3.0 compatible 100BaseT network interface Networks to RapidView diagnostic workstations RapidStore multi-modality PACS image managementsystems Eklin.Net web-based image management portal Medical-grade dry film printers (available from Sound-Eklin)Image Storage:Local storage included in control laptop (approx. 3,000 images) Long term storage provided by external workstation or archive Voltage:230/240V (50/60Hz)Power Consumption 300 VA Maximum; Operating Environment:5-35degreesC (41-95 F) 30-75% RH (non-condensing) BRAND NAME OR EQUAL; MFR PART NR: 94-825 Line 0002, ReadyStore; PN:20-845, ReadyStore R1, 1TB BRAND NAME OR EQUAL Line 0003, Software License; PN:60-860, Ortho Planner Software License BRAND NAME OR EQUAL Line 0004, efilm Single License; PN:64-802 eFilm v3.x Standalone (single license) BRAND NAME OR EQUAL Line 0005, eFilm 3 Pack License; v3.x Concurrent (3Pack) BRAND NAME OR EQUAL; MFR PART NR: 64-147 Line 0006, Monitor, PN:50-141, 24in Dell Monitor BRAND NAME OR EQUAL Line 0007, Installation and Training; PN:64-132, On-site Training and Installation. Covers all aspects of DR system operation, eFilm DICOM viewing software usage, archive servers, techniques etc. BRAND NAME OR EQUAL Ship to: Landstuhl Regional medical Center Anne Braxton Property Management Branch Geb 3739 Landstuhl/Kirchberg 66849 PH: 011 49 6371 86 7963 The following Federal Aquisition Regulation (FAR) clauses and provisions apply to this acquisition: 52.212-4 Contract Terms and ConditionsCommercial Items JUN 2010 ADDENDUM TO 52.212-4 52.212-1 Instructions to Offerors--Commercial Items - JUN 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.204-10 Reporting Executive Compensation and First-Tier subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. SEP 2006 ADDENDUM TO 52.212-1 INSTRUCTIONS TO VENDORS The following paragraphs are hereby amended: Para (a) Does not apply to this RFQ. Para (b) Replace subparagraph (4) with the following: (4)Technical Factor. The vendor must explain how you will comply with the requirements in the request for quote by submitting a written quote which describes: Salient Characteristics; Standard Acceptable/Unacceptable 1. Offered System must be a veterinary specific digital radiography system with algorithms for small animals, avian, and exotic animals. 2. Offered System must have must have at least 1 TB of storage capacity 3. Offered System must have no less than 5 seconds from image capture to image display on screen. 4. Offered System must have flat screen touch screen display for acquisition station 5. Offered System must have capability of auto-calibration of images 6. Offered System must have imaging sensor panel no smaller than 14in x 17in 7. Offered Systems radiography sensor panel must be able to be installed in existing Control X Model 1610-02 radiology table 8. Offered System must conform to DICOM 3.0 9. Offered System must provide e-film and Orthoplan veterinary software 10. Offeror must provide onsite training 11. Offered system must be 220-240V/50Hz 12. Offered system must have flatscreen color workstation monitors no smaller than 24in with resolution of 1920x1200. Failure to receive an acceptable rating of any of the 12 salient characteristics will result in an unacceptable technical rating unless the error(s), deficiency (ies) or omission (s) can be corrected.All CLINs shall be priced. If you fail to price all CLINs, your quote will not be considered for award. Para (c) Change 30 to 60. Para (d) Does not apply to this request for quote (RFQ). Para (i) Does not apply to this RFQ. Add the following: Para (m) Quotes shall describe how your system contains the 12 salient characteristics and is an equal to the Sound-Eklin Digital Radiograph Rapid Start System Para (n) ELECTRONIC OFFERS. Vendors may submit electronic quotes in response to this RFQ. The quote must arrive by the time specified in the RFQ to the following email address: Christine.bauer-newland@amedd.army.mill Vendors may call Christine Bauer-Newland 06371-86-7597 to verify receipt of the quote. If the vendor chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote. Para (o) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ two days before closing date of quote submission by e-mail to christine.bauer-newland@amedd.army.mil or Fax 06371-86-8070. All questions received will be answered officially through an amendment for distribution to all prospective vendors. ACQUISITION PROCEDURE This is a commercial item under FAR Part 12 and the acquisition procedures to be used for this purchase will be in accordance with FAR Part 13. 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. SEP 2006 52.222-19 - Child Labor -- Cooperation with Authorities and Remedies AUG 2009 52.222-50 Alt I - Combating Trafficking in Persons (Aug 2007) Alternate I AUG 2007 52.225-13 - Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 - Protest After Award AUG 1996 52.233-4 - Applicable Law for Breach of Contract Claim OCT 2004 52.247-34 - F.O.B. Destination NOV 1991 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.212-7001 Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DEV JUN 2010 252.225-7041 Correspondence in English JUN 1997 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States MAR 2006 252.229-7000 - Invoices Exclusive of Taxes or Duties JUN 1997 252.229-7001 Tax Relief JUN 1997 252.229-7002 Customs Excemptions (Germany) JUN 1997 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 - Assignment of Claims (Overseas) JUN 1997 252.232-7010 - Levies on Contract Payments DEC 2006 252.233-7001 - Choice of Law (Overseas) JUN 1997 INVOICING INSTRUCTIONS WAWF/DFAS 52.212-2 Evaluation--Commercial Items - JAN 1999 52.212-3 - Offeror Representations and Certifications Commercial Items AUG 2009 52.212-5 Contract Termsn and Conditions Required to Implement Statutes or Executive OrdersCommercial Items JUL 2010 DEV 52.211-6 Brand Name or Equal AUG 1999 52.214-34 Submission of Offers in The English Language APR 1991 52.227-19 Commercial Computer Software License DEC 2007 52.232-38 Submission of Electronic Funds Transfer Information with Offer MAY 1999 52.233-2 Service of Protest SEP 2006 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DEC 2006 52.252-1 Solicitation Provisions incorporated by Reference FEB 1998 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses APR 1984 SPECIAL NOTE: All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All quotes are due 15 Sep 2010 before 5pm Central European Time. Offers may be sent via email to Christine.bauer-newland@amedd.army.mil, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Christine Bauer-Newland, phone # 011 49 6371 86 7597.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F10T0130/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN02272145-W 20100909/100908064525-b7d8900b38c0e7c8ff3f06ee0a3eab61 (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  © 1994-2020, Loren Data Corp.