Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
MODIFICATION

65 -- Radiographic System

Notice Date
5/4/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg. 61, Spangdahlem AB, 09126
 
ZIP Code
09126
 
Solicitation Number
W91YTZ-12-T-0142
 
Response Due
5/8/2012
 
Archive Date
11/4/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: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.The solicitation number is W91YTZ-12-T-0142 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-05-08 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Spangdahlem AB, null 09126 The NARCO - Fort Detrick requires the following items, Brand Name or Equal, to the following: LI 001, Siemens, Multix Pro 04483918: Cassette radiographicsystem for skeletal radiography of the recumbent and seated pateint with floor-mounted patient tble and a tube assebmly support integrated at the table. With catapult Bucky incl Iontomat three-field chamber and scattred radiation grid., 1, EA; LI 002, Siemens, Vertix PRO Right 04415076: Bucky wall unit with hight-adjustable catapult Bucky and IONTOMAT three-field chamber, Right handed operation of the catapult Bucky., 1, EA; LI 003, Siemens, Transparent grid Pb 13/70 F 150 04490392: Higly selective anti-scatter grid for scattered radiation reporduction: Pb 13/70 (slot ratio 13:1, 70 lines/cm) for SID 59inches/150cm., 1, EA; LI 004, Siemens,POLYDROROS IT55 and Tube for MX 04483892: High frequency 55 kW X-ray generator POLYDOROS IT 55 for diagnostic procedures at workplaces and X-ray but assembly OPTILIX 150/30/50 HC-100., 1, EA; LI 005, IT Touchscreen Control Console: Generator control console attachable to the wall or freely postionable for 3-point-technique with color touchscreen and organ programs integrated in the display., 1, EA; LI 006, Siemens, CAREMAX IT DDP 04462441: Measuring chamber for acquisiton of the dos-area product and/or the standardized patient entrance dose., 1, EA; LI 007, Siemens, Generator Pre-transformer 440/480v 04471103, 1, EA; LI 008, VA-Kit Multix 04434739: Second set of documentation for Veterans' Affairs Administration Hospitals in the U.S., 1, EA; LI 009, Standard Rigging GenRad AXD_RIG-GEN_RAD_GOV, 1, EA; LI 010, Overseas Deinstallation of Government-owned GE Bucky Table, 1, EA; LI 011, Overseas installation, Overseas labor during warranty period,Standard warranty of 12 months, Overseas project managment, One biomedical tuition, Two sets of Service and Operators Manuals included., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NARCO - Fort Detrick intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. NARCO - Fort Detrick is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. In accordance with FAR 52.212-1(c), the offeror agrees to hold the prices in its offer firm for a period of 30 calendar days from the date of close of the solicitation, unless another time period is specified in an addendum to the solicitation. In accordance with FAR Clause 52.247-34, FOB Destination; Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Note: Shipping Consolidation Point - DSCP Cross Dock Project, TCN: FM560612660087m C/O O&M X-Dock Center, 1425 A Magelian Road, Hanover, Maryland 21076. Final Destination: US Medical Clinic at Geilenkirchen NATO Air Base, 52nd MDSS/SGSl, Medical Logistics: NCOIC Memo, Unit 3865, Building 61, APO AE 091263865 In accordance with FAR Clause 52.212-1(k), Central Contractor Registration, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this olicitation. If the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (2 days from the close of the solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered offeror. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. In accordance with FAR clause 52.212-3(ALT I),EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Delivery Terms shall be clearly stated in your bid and shall be shown in terms of days or weeks after the receipt of the award. (i.e. 4 weeks ARO). The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, all clauses in paragraph (a) and the following clauses in paragraph (b): 52.209-6, 52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-15, 52.223-18, 52.225-13, 52.232-33. FAR 52.247-34, FOB Destination; FAR 52.252-2, Clauses Incorporated by Reference.The following clauses are incorporated from the Defense Federal Acquisition Regulation: DFAR 252.212-7001, Contract Terms and Conditions and the following clauses within; 252.225-7001, 252.232-7003, 252.247-7024. DFAR 252.204-7004 Alternate A, Central Contractor Registration.In accordance with FAR clause 52.252-2, Clauses Incorporated by Reference; the full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. In accordance with FAR clause 52.212-4(g), Contract Award. The Government intends to evaluate offers and award a contract without dicussions with offerors. If offering the exact item as solicited then the offeror shall state EXACT in the seller provided description. If offering other than the exact item/brand as solicited then the offeror shall describe the manufacturer and part number of the "or equal" item being offered and shall attached documentation from the manufacturer that clearly shows that the item meets the characteristics of the solicited item. Vendor must also be registered in Wide Area Work Flow (WAWF) to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. In accordance with FAR clause 52.211-6, Brand Name or Equal, in order for or equal offers to be considered for award, offerors must: 1) Meet the salient physical, functional, or performance characteristics specified in this solicitation; 2) clearly identify the item by brand name and make/model/part number; 3) Include descriptive literature such as illustrations, brochures, and/or drawings; 4) The contracting officer will evaluate "or equal" products on the basis of information furnished by the offeror or identified in the offer. The contracting officer is not responsible for locating or obtaining information not identified in the offer. 5) 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. If offering other than the exact item/brand as solicited then the offeror shall describe the manufacturer and part number of the "or Equal" item being offered and shall complete the attached spreadsheet and clearly show that the item meets the characteristics of the solicited. Quotes will be deemed unresponsive that do not include this information and will not be evaluated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/94ac06380ed957e69f441d7431ba4593)
 
Place of Performance
Address: Spangdahlem AB, null 09126
Zip Code: 09126
 
Record
SN02740012-W 20120506/120504235727-94ac06380ed957e69f441d7431ba4593 (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.