Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

65 -- Olympus Endoscopic Unversal Processor and Components

Notice Date
7/14/2011
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV11T0248
 
Response Due
8/15/2011
 
Archive Date
10/14/2011
 
Point of Contact
Kiah M. Washington, 7067872376
 
E-Mail Address
Southeast Regional Contracting Office
(kiah.washington@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation number is W91YTV-11-T-0248. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20005-52. The North American Industry Classification System Code (NAICS) for this procurement is: 339112. The Standard Industrial Classification Code is 6515. This requirement is Unrestricted. Eisenhower Army Medical Center, Fort Gordon, GA has a requirement for the following: Item No. 0001: 1 EA Olympus EU-MEI Endoscopic Ultrasound Universal Processor UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0002: 1 EA 360 degree redial Array Video Gastrobe 125 cm Working Length, 11.8mm Insertion Tube Diameter UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0003: 1 EA Curvilinear Array Ultrasound Video Gastrobe Compatible with ALOKA SSD Type Processor UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0004: 1 EA Curvilinear Array Ultrasound Bronchofibervideoscope Compatible with ALOKA Profound SSD-Alpha, SSD- Alpha 10 and EU-MEI Processors UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0005: 1 EA Starter Kit Includes 5 EA 21g and 5 EA 22 g EBUS TBNA Needles UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0006: 1 EA Video Procedure Cart (Wide) UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0007: 1 EA Scope Swing Keyboard For use with WM-NP1, WM-WP1 UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0008: 1 EA Scope Pole Kit UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0009: 1 EA Flat Panel Swing Arm UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0010: 1 EA Articulating Probe Support Arm UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0011: 1 EA Probe Drive Unit For use with EUS-M30S UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0012: 1 EA Ultrasound Probe 20MHz Frequency, 2.4mm OD Includes MH-245 Probe Holder, water resistant cap UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0013: 1 EA Ultrasound Probe for use with 2.0 mm Channel Bronchoscope For use with Guide Sheath Kit UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0014: 1 Box EA Single Use 22 gauge aspiration needles UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0015: 1 EA 26" HD Monitor UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0016: 1 EA Sheath Kit for use with 2.0 mm Channel Bronchoscope Includes Guide Sheath (Disposable) UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0017: 1 EA Video System Center UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0018: 1 EA High Intensity 300 Light Source UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0019: 1 EA Black and White Printer UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0020: 1 EA Water Supply Unit UNIT PRICE $__________, TOTAL CLIN $__________. Item No. 0021: Shipping & Handling (Estimated Delivery 30 ARO) UNIT PRICE $__________, TOTAL CLIN $__________. Total $__________. THE SOLICITATION MUST BE QUOTED ALL OR NONE. SUBSITUTE ITEMS: If you plan to provide other that the brand cited in the purchase description, provide in your response the brand name and the catalogue or part number you intend to furnish and the characteristic of the substitute item that are equivalent to the brand name. Also provide all documents which clearly describe the substitute item(s) so that it/they can be evaluated by the end user. Failure to submit the requested substitute item information before the closing date listed below will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc. If an item is furnished which does not meet the requirement the item will be returned at the vendor's expense for a full refund. To be delivered FOB Destination to: Eisenhower Army Medical Center, Fort Gordon, GA, 30605-6018. The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offers-Commercial Items (JUN 2008); Addendum 52.212-1: (m) Required Central Contractor Registration Alternate A (NOV 2003); all of which apply to this solicitation. 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/. Quotes are being requested and a written solicitation will not be issued. The estimated date of award is August 19, 2011. All responsible sources should submit quotes to Kiah M. Washington via fax at (706) 787-6573 or e-mail: Kiah.Washington@us.army.mil by August 15, 2011, 4:30 p.m. EST. (n) The non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.211-6, Brand Name or Equal (AUG 1999); 52.225, Prohibition on Engaging In Sanctioned Activities Relating to Iran-Certification (SEP 2010); 52.233-2 (SEP 2006), Service of Protest, 52.252-1 (FEB 1998), Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil or www.arnet.gov/far 52.252-5, Authorized Deviations In Provisions (APR 1984) Authorized Deviations in provisions (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.209-7001, Disclosure of Ownership or Control by the Government of Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations and Certifications-Commercial Items ( JUN 2005); 252.225-7000, Buy American Act-Balance of Payments Program Certificate (JAN 2009); 52.212-2, Evaluation -Commercial items (JAN 1999); Addendum 52.212-2: paragraph (b) has been deleted. Final decision as to award will be based on lowest price technically acceptable (acceptability is determined by the end-user). 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2002). FAR 52.212-4, Contract Terms and Conditions-Commercial Items(JUN 2010); Addendum to 52.212-4: (u) The non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.203-6, Restrictions on Subcontractor Sales to the Government(OCT 1995); 52.203-12, Limitations on Payments to Influence Certain Federal Transactions (OCT 2010); 52.204-4, Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010); 52.222-21, Prohibition of Segregated Facilities (FEB 1999)(EEO); 52.222-26, Equal Opportunity (MAR 2007) (EEO); 52.222-35, Equal Opportunity For Veterans (SEP 2010); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports On Veterans (SEP 2010) 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-54, Employment Eligibility Verification (JAN 2009); 52.223-18, Contractor Policy To Ban Text Messaging While Driving (SEP 2010); 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); 52.242-13, Bankruptcy (JUL 1995); 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); 252.204-7003, Control of Government Work Product; 252.209-7004, Subcontracting With Firms That Are Owned or Controlled by A Foreign Government (DEC 2006); 252.225-7012, Preference For Certain Domestic Commodities (JUN 2010); 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (MAR 2008); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.247-7023, Transportation of Supplies By Sea (MAY 2002); 52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7008, Export of Controlled Items (APR 2010); 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2011)(DEVIATION). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2011)(DEVIATION)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV11T0248/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02498784-W 20110716/110714235019-4fc9fac2b6367134710b02e1105e60b1 (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.