Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

65 -- Oculight SLx Laser System for Carl R. Darnall Army Medical Center, Fort Hood, Texas

Notice Date
7/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-11-T-0147
 
Response Due
7/29/2011
 
Archive Date
9/27/2011
 
Point of Contact
Anthony D. Browner, 254-286-7205
 
E-Mail Address
Great Plains Regional Contracting Ofc
(anthony.browner@amedd.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 action is reserved 100% Set-aside for Small Business. W81K00-11-T-0147 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This acquisition is under NAICS code 334510 and the small business size standard is 500 employees. FAR Provisions and Clauses in this solicitation may be viewed at http://farsite.hill.af.mil/vffar1.htm DFARS Clauses may be viewed at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 5 The requirements in this solicitation are: QTY PRICE 0001. ITEM: OcuLight SLx Diode Surgical Laser (1) Set _____ _____ WARRANTY: Contractor shall provide a minimum of a one (1) year warranty which shall commence upon receipt and acceptance by the Government. The Contractor shall state the warranty coverage for the equipment. Vendors offering other than the brand name product shall meet or exceed the following Specifications: Oculight SLx System will provide Carl R. Darnall Army Medical Center the most portable photo coagulator available. Includes the Laser Console with footswitch, Endophotocoagulation Probes, Laser Indirect Ophthalmoscope (LIO), and Operating Microscope Adapter (OMA) with Zeiss dovetail. The system should have infrared laser produced by two solid state diodes. The system must output 810 nm wavelength at power levels between 50 and 3000 milliwatts (mW). The aiming laser, 650 nm at <1 mW (visible spectrum), is added to the treatment beam to make the beam visible. The system is classified as a Class IV Laser. Laser Type:Diode Pumped, Solid State Wavelength:810nm Power:50 to 2000 mW Dimensions:6" (h) x 12" (w) x 12" (d) Weight:14 lbs Delivery:Laser Link, LIO, Disposable Fiberoptic Delivery shall be within 60 days from receipt of an order. Delivery terms preferred FOB Destination. The contractor shall deliver to: Carl R. Darnall Army Medical Center, 36000 Darnall Loop, Receiving, Fort Hood, Texas 76544-4752. FAR provision 52.232-33 [Payment by Electronic transfer-Central Contractor Registration] Confirmation of CCR registration will be validated prior to award. 52.211-6 [Brand Name or Equal] (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Evaluation Factors: Offers will be evaluated according FAR 52.212-2 [Evaluation factors] The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Technical Capability: No prototypes, demonstration models, used or refurbished equipment/ instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement. Price: Price shall be evaluated for reasonableness. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-4 [Contract Terms and Conditions - Commercial Items] End of Addendum FAR 52-212-4 52.212-5 [CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (DEVIATION)] (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.202-1 [Definitions] 52.203-3 [Gratuities] 52.203-6 [Restrictions on Subcontractor Sales to the Government] 52.203-12 [Limitation on Payments to Influence Certain Federal Transactions] 52.204-4 [Printed or Copied Double-Sided on Recycled Paper] 52.204-5 [Women-Owned Business Other Than Small Business] 52.204-10 [Reporting Executive Compensation and First-Tier Subcontract Awards] 52.209-6 [Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment] 52.212-3 [Offeror Representations and Certifications -- Commercial Items} 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns] 52.219-6 [Notice of Total Small Business Set-Aside] 52.219-8 [Utilization of Small Business Concerns] 52.222-3 [Convict Labor] 52.222-19 [Child Labor-Cooperation with Authorities and Remedies] 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity] 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans] 52.222-36 [Affirmative Action for Workers with Disabilities] 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans] 52.222-50 [Combating Trafficking in Persons] 52.222-54 [Employment Eligibility Verification] 52.223-18 [Contractor Policy to Ban Text Messaging While Driving] 52.225-13 [Restrictions on Certain Foreign Purchases] 52.232-17 [Interest] 52.232-36 [Payment by Third Party] 52.233-2 [Service of Protest] 52.233-3 [Protest After Award] 52.233-4 [Applicable Law for Breach of Contract Claim] 52.242-13 [Bankruptcy] 52.252-1 [Solicitation Provisions Incorporated By Reference] 52.252-2 [Clauses Incorporated by Reference] 52.252-6 [Authorized Deviations in Clauses] 252.203-7000 [Requirements Relating to Compensation of Former DoD Officials] 252.203-7002 [Requirement to Inform Employees of Whistleblower Rights] 252.204-7003 [Control of Government Personnel Work Product] 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist County] 252.209-7004 [Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country] 252.212-7000 [Offeror Representations and Certifications-Commercial Items] 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] 252.225.7000 [Buy American Act - Balance of Payments Program Certificate] 252.225-7001 [Buy American Act and Balance of Payments Program] 252.225-7002 [Qualifying Country Sources as Subcontractors] 252.225-7012 [Preference for Certain Domestic Commodities] 252.226-7001 [Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns] 252.232-7010 [Levies on Contract Payments] 252.247-7023 [Transportation of Supplies by Sea] End of Addendum FAR 52.212-4 Contractors must submit their quote via e-mail or fax by the closing date and time of this solicitation is 29 July 2011, 4:00 p.m. CST. Email: anthony.browner@amedd.army.mil or Fax: 254-553-3906 All questions will be submitted and addressed via email concerning this RFQ. The closing date and time of this solicitation is 29 July 2011, 4:00 p.m. CST. It is requested that quotations be submitting on company letterhead signed by an authorized company representative by the closing date and time. Quotes can be submitted by entering unit prices into this solicitation's line items herein, attached to a cover containing company name, address, contact name and title, phone number and/or email address. Please include a DUNS and/or CAGE code. Quotes may be submitted fax or e-mail. Point of Contact is: Anthony D. Browner at 254-286-7205; anthony.browner@amedd.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-11-T-0147/listing.html)
 
Place of Performance
Address: Carl R. Darnall Army Medical Center 36000 Darnall Loop, Receiving, Rm 0002 Fort Hood TX
Zip Code: 76544-5063
 
Record
SN02508592-W 20110724/110723014353-a607a6c094845aec60659a7c1cde4f54 (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.