Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

65 -- Purchase of Tele Pack, Endoscopic Video Unit

Notice Date
9/7/2011
 
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
W9114F-11-T-0088
 
Response Due
9/21/2011
 
Archive Date
11/20/2011
 
Point of Contact
Holger Hasic, 00496371867058
 
E-Mail Address
European Regional Contracting Office
(holger.hasic@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. CLIN 0001: Item#20043011-020 Tele Pack, BRAND NAME OR EQUAL Endoscopic Video Unit for use with all analog 1-Chip Camera Heads and Karl Storz Video Endoscopes (existing at LRMC). Including 24W Hi-Lux Light Source integrate Keyboard with US-english charcter set. Integrated Image Processing Module, fix mounted folding 12" LCD TFT Screen Color System PAL, power supply: 100-240 VAC, 50/60Hz Consisting of: 20043020-20 Tele Pack Control Unit, 400A Mains Cord, 20041036 CF-Card 128 MB incl. PCMCIA Adapter, 536MK BNC Connectin Cable, length 180cm, 547S S-Video (Y/C) Connecting Cable, length 180cm, 9104245 Case. FOB: Origin MFR PART NR: 20043011-020 PURCHASE REQUEST NUMBER: WK4NKV11948405 ADDITIONAL MARKINGS: WK4NKV1194-8405 CLIN 0002: Camera FFP Item#20262030 DCI II Camera, BRAND NAME OR EQUAL. 1-Chip DCI Camera with e freely programable Camera Head buttons, Color System PAL, focal lengths f=16mm, for use with DCI Hopkins Endoscopes (existing at LRMC). FOB: Origin MFR PART NR: 20262030 PURCHASE REQUEST NUMBER: WK4NKV11948405 ADDITIONAL MARKINGS: WK4NKV1194-8405 CLIN 0003: Shipping FFP Shipping Cost to LRMC FOB: Origin MFR PART NR: Shipping PURCHASE REQUEST NUMBER: WK4NKV11948405 ADDITIONAL MARKINGS: WK4NKV1194-8405 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 DEC 2010 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010 52.222-50 Alt I Combating Trafficking in Persons (Aug 2007) Alternate I AUG 2007 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.247-29 F.O.B. Origin FEB 2006 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 Personnel Work Product APR 1992 252.225-7041 Correspondence in English JUN 1997 252.229-7002 Customs Exemptions (Germany) JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties 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 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 252.204-7008 EXPORT-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 (DEC 2010) (DEVIATION) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2011) (DEVIATION) 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 PROVISIONS INCORPORATED BY FULL TEXT 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 TELE PACK, Endoscopic Video Unit 1.Must have very high life endurance of the light bulb (min. 1000h) 2.Must be capable of patient date on USB stick or external hard drive. 3.Capability of picture and video capturing and saving possibility on USB stick or external hard drive. 4.Must have integrated speakers for playback of videos. 5.Must have programmable camera head buttons. 6.Capability of future ready due to updates by USB stick. 7. The equipment shall allow bi-directional hand piece use. Failure to receive an acceptable rating of any of the above 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 above salient characteristics and is an equal to the Karl Storz Tele Pack Endoscopic Video Unit 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: holger.hasic@amedd.army.mill Vendors may call Holger Hasic 06371-86-7058 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 holger.hasic@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. PROVISIONS INCORPORATED BY REFERENCE 52.211-6 Brand Name or Equal AUG 1999 52.214-34 Submission Of Offers In The English Language APR 1991 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. SEP 2010 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 52.212-2 Evaluation - Commercial Items JAN 1999 PROVISIONS INCORPORATED BY FULL TEXT ADDENDUM TO FAR 52.212-2 (a) The Government will issue a purchase order to the quoter whose quote represents the best value to the Government, price and other factors considered. Award will be made on the basis of Lowest Price, Technically Acceptable (LPTA) quote. If any one salient characteristic below is rated "Unacceptable," then the Government will no longer consider issuing an order to that quoter, thus the quoter will be ineligible for award. The following salient characteristics shall be used to evaluate all quotes: Factor I - Technical. The vendor's quote shall show compliance with the salient characteristics in the table below: Salient CharacteristicsStandardStandard AcceptableUnacceptable 1.Must have very high life endurance of the light bulb (min. 1000h) 2.Must be capable of patient date on USB stick or external hard drive. 3.Capability of picture and video capturing and saving possibility on USB stick or external hard drive. 4.Must have integrated speakers for playback of videos. 5.Must have programmable camera head buttons. 6.Capability of future ready due to updates by USB stick. 7.The equipment shall allow bi-directional hand piece use. Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINS were priced by the offeror. If the offeror failed to price all CLINS, the quote will not be considered for award. EVALUATION STANDARDS. The quoter's technical quote will be evaluated using the following standards for a final rating: ACCEPTABLE: A quote that offers a product which meets all salient characteristics identified in the solicitation. UNACCEPTABLE: A quote that offers a product which fails to meet one or more of the salient characteristics identified in the solicitation. (b) A written order, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall constitute an offer by the Government to buy the services/supplies called for in this RFQ. A contract will be established when the quoter accepts the Government's offer. (c) The word "quoter" shall be substituted for the word "offeror" wherever it appears in FAR 52.212-3, Alternate I and DFARS 252.212-7000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-11-T-0088/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN02566644-W 20110909/110908000903-81f5cc4250de70245fdb65a1d83f5576 (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.