Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOLICITATION NOTICE

65 -- Portable Ultrasounds

Notice Date
1/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
RCO Fort Wainwright (PARC Pacific, 413th CSB), PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
ZIP Code
99703-0510
 
Solicitation Number
W912D0-11-T-W91DJ03M132
 
Response Due
1/12/2011
 
Archive Date
3/13/2011
 
Point of Contact
Mark A. Puhak, (907) 353-2463
 
E-Mail Address
RCO Fort Wainwright (PARC Pacific, 413th CSB)
(mark.puhak@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. W912D0-11-T-W91LDJ035M132 is being issued as a Request for Quote, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-48. This acquisition is reserved for small business concern. The associated NAICS Code for this acquisition is 334510 and the small business standard size is 500 employees. A quote is requested for the following items. Item descriptions are only noted to define the exact specifications needed by the end user. All brands will be considered however all items must be equal to or better than those listed in the following line items. Line Item 0001: Two (ea) Portable Ultrasounds with equal to or better capabilities than the SonoSite M-Turbo (L05323). Line Item 2: Two (ea) Color Application Packages for M-Turbo (P12813) for the portable ultrasounds (or equivalent.) Line Item 3: Two (ea) DICOM Bundles for M-Turbo (P12819) to interface with the Army PACS network (or equivalent). Line Item 4: Two (ea) 8-5 MHZ transducers (P07690) that are biopsy compatible (or equivalent). Two (ea) 10-5 MHZ transducers (P12742) that are biopsy compatible (or equivalent). Line Item 5: Two (ea) 5-1 MHZ transducers (P07698) that are biopsy compatible (or equivalent). Line Item 6: Two (ea) Mini-Docks (L10401) for M-Turbo (or equivalent). Line Item 7: Two (ea) User guides for associated equipment. Line Item 8: Four (ea) Service manuals for the associated equipment. Line Item 8: Two (ea) field cases (P04778) for equipment (or equivalent). Line Item 9: Shipping charges to Fort Wainwright, Alaska. All equipment must be delivered by 28 Jan 2011. A minimum 5-year warranty is required for the equipment. All offers must be accompanied with complete technical specifications for review by the end user. All vendors must have a current CCR and ORCA in the system. The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor will be used to evaluate offers: Price, delivery and technical capabilities. Delivery and technical capabilities are equal to price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of FAR 52.212-3, Offerors Representations and Certifications-- Commercial Items, with their quotes. Offeror shall include a completed copy of DFARS 252.225-7000, Buy American Act Balance of Payments Program Certificate, if applicable. A copy of the Offerors Representations and Certifications and Buy American Act Balance of Payments Program Certificate may be obtained from http://farsite.hill.af.mil. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. Class Deviation 2001-O0002, FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). The following additional FAR clauses/ provisions apply 52.209-6, 52-211-6, 52-219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-22, 52.222-25, 52.222-35, 52.222-36, 52.222-37, 52.225-13 (DEV), 53.232-18, 52.232-36, and FAR 52.252-1 and 52.252-2 apply and are filled in to read http://farsite.hill.af.mil/. FAR 52.252-5 and 52.252-6 apply and are filled in to read Defense Federal Acquisition Regulation Supplement, Chapter 2. DFARS clauses 252.204-7004, 52.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.243-7001, 252.246-7000, and 252.247-7023, Alt III apply to this procurement. POC for questions regarding this requirement is Mark A. Puhak 907-353-2463. Offers should be faxed to Mark A. Puhak at 907-353-7302, or e-mailed to mark.puhak@us.army.mil no later than 16:00 EST, Wednesday, 12 January 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3f06e7a4cc6f5f1eb4017c9675396563)
 
Place of Performance
Address: RCO Fort Wainwright (PARC Pacific, 413th CSB) PO Box 35510, 1064 Apple Street Fort Wainwright AK
Zip Code: 99703-0510
 
Record
SN02355418-W 20110108/110106234050-3f06e7a4cc6f5f1eb4017c9675396563 (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.