Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
MODIFICATION

65 -- Mini C-Arm Flat Panel Detector System - Amendment-000002

Notice Date
6/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Phoenix Area Ofc Phoenix Indian Medical Center, 4212 N 16th Street, Building No 9, Phoenix, Arizona, 85016
 
ZIP Code
85016
 
Solicitation Number
16-247-SOL-00048
 
Point of Contact
Donovan Conley, Phone: 602-200-5374, John Stout, Phone: 602-364-5360
 
E-Mail Address
donovan.conley@ihs.gov, John.Stout@ihs.gov
(donovan.conley@ihs.gov, John.Stout@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Amendment-000002 COMBINED SYNOPSIS/SOLICITATION Amendment-000002, 16-247-SOL-00048 Mini C-Arm Flat Detector System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation, to the responsible offeror whose offer is conforming to the "Brand Name or Equal" synopsis/solicitation where best value is expected when utilizing Lowest Price Technically Acceptable (LPTA) procedure in accordance with FAR 15.101-2. This solicitation is issued under Request for Quotations (RFQ) number 16-247-SOL-00048. This acquisition is 100% set aside for Small Businesses. The North American Industry Classification system code (NAICS) is 339112 and the size standard is 1,000 employees. The Department of Health and Human Services (DHHS), Phoenix Area Office (PAO, Department of Acquisition (DAM), Phoenix Indian Medical Center (PIMC), PIMC Integrated Surgical Services (ISS)/Operating Room (OR) Department is looking to procure one Mini C-Arm Flat Detector System. See Attachment A for SOW: DESCRIPTION OF REQUIREMENTS FOR THE ITEMS TO BE ACQUIRED: CLIN 0001: Product Code: Insight FD, Insight FD Mini C-Arm, Flat Detector Salient Characteristics: 1. 24.1" Wide Screen LCD, Color, Multi-touch display monitor, DICOM calibration/PCAP multi-touch sensitivity, 178 Degree view angle w/tilt and extend capability, on-screen keyboard 2. Solid State (SSD) hard drive 3. High Sensitivity CsI, CMOS Flat Detector, thin profile, table-top use, unique flat detection rotation (+/- 90 degree image axis), Duel field: rectangular (collimated) and center square FOV, and high speed collimator tracking 4. Forward mounted tube-head: Deep C-Arm access 5. Power Range: 40-75 KVp, and 20-100 micro Amps 6. Image resolution with 45 micron focal spot X-Ray source 7. Automatic Does Rate with auto calibration and image processing 8. Mosaic multi-format display, user preference 1-18 simultaneous images 9. 120 degree orbital rotation C-Arm with locking capability 10. Brightness & contrast control via tube-head, touch screen or key board 11. Real-time noise suppression and edge enhancement 12. Touch-screen, image rotate, mirroring, zoom & reverse video 13. Customizable image physician preference 14. Continuous fluoroscan and single-shot imaging 15. Digital video imaging with instant playback 16. Easy access to sterile field tube-head mounted controls 17. USB and CD/DVD image import/export, multiple file formats 18. DICOM network capability 19. 8,000 image storage capacity with auto delete function 20. Case study protection with "Mark as protected" 21. Alphanumeric keyboard with hot-key operation 22. Full Installation and one day On-Site In-Service Training 23. Warranty: 12/months unlimited service including all parts and labor 24. Toll free hot-line, backed by a National Service Organization CLIN 0002: Product Code: PRD-01346, Foot Switch, Wireless, IR, Ch0, Insight 2 Salient Characteristics: 1. Infra-Red footswitch CLIN 0003: Product Code: PRD-03185, DICOM UNITY Salient Characteristics: 1. Modality worklist for Insight 2. DICOM Store/Send for Insight 3. DICOM Print for Insight CLIN 0004: Base Year: Support, Maintenance and Repair Services See Statement of Work for more information. CLIN 0005: Option Year 1: Support, Maintenance and Repair Services See Statement of Work for more information. CLIN 0006: Option Year 2: Support, Maintenance and Repair Services See Statement of Work for more information. CLIN 0007: Option Year 3: Support, Maintenance and Repair Services See Statement of Work for more information. CLIN 0008: Option Year 4: Support, Maintenance and Repair Services See Statement of Work for more information. Each All items must comply with FAR Clause 52.211-6 Brand Name or Equal and must have the alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product offeror must complete the following: Manufacturer Name; Brand; and Make or Model No. If offering an equal product; product must include product literature, technical features, warranty provisions, and any training and or installation that will be required. FOB-DESTINATION FOR DELIVERY TO: The contractor is responsible for all freight charges to Phoenix Indian Medical Center, 4212 North 16th Street, Bldg-9, Phoenix, AZ 85016. Delivery shall be made no later than 30 calendar days or sooner after receipt of purchase order. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). PRICE SCHEDULE: Brand Name or Equal Item Number Mfg. Name, Model Number Qty Unit Unit Price Total Amount CLIN-0001 _____________________________ 1 EA _________ ____________ CLIN-0002 _____________________________ 1 EA _________ ____________ CLIN-0003 _____________________________ 1 EA _________ ____________ CLIN-0004 _____________________________ 1 EA _________ ____________ CLIN-0005 _____________________________ 1 EA _________ ____________ CLIN-0006 _____________________________ 1 EA _________ ____________ CLIN-0007 _____________________________ 1 EA _________ ____________ CLIN-0008 _____________________________ 1 EA _________ ____________ Grand Total: _____________________ BASIS OF AWARD: This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2, as supplemented. This is a competitive LPTA best value source selection in which technically acceptable is considered the most important factor. By submission of its offer, the Offeror accepts all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation and conditions and provide complete accompanying rationale. In order for an Offeror to be considered for award, the proposal must receive an "Acceptable" rating in every non-price factor. Any proposal receiving a rating of "Unacceptable" in any non-price factor will not be further evaluated. The Government intends to award one (1) contract for this purchase request. For the purpose of award, the government shall evaluate offers based on the evaluation factors described below: FACTOR 1 - Technically Acceptable (Acceptable/Unacceptable) FACTOR 2 - Cost/Price Factor 1 - Technically Acceptable: Offeror shall provide brief description of alike salient characteristics of the items stated above and the requirements on the Statement of Work (SOW), to include technical specification documentation to support products being offered as equal items. If offering an equal product offeror must provide the following information: Manufacturer Name; Brand; and Make or Model No. If offering an equal product; product must include product literature, technical features, warranty provisions, and any training and or installation that will be required. The Government will evaluate the contractor's product technical specification and product literature to ensure that it reflect sound understanding of Factor 1 - Technically Acceptable. Ratings: Acceptable - Proposal clearly meets the minimum requirements of the solicitation. Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation. Factor 2 - Price: The Government will evaluate the quote to determine the price fair and reasonableness in accordance with FAR 13.106-3(a). Offer must be good for 30 calendar days after submission. FOB Destination CONUS (Continental U.S.). Shipping charges shall be included in the purchase cost of the product. Sellers shall deliver the products on their own conveyance to the location listed on the award. QUOTATION PREPARATION INSTRUCTIONS: A complete quotation consists of four parts; a) Technical: Provide brief description of alike salient characteristics of the items stated above, to include technical documentation to support products being offered as equal items. If offering an equal product offeror must provide the following information: Manufacturer Name; Brand; and Make or Model No. If offering an equal product; product must include product literature, technical features, warranty provisions, and any training and or installation that will be required. b) Price Schedule: Contract Line Item Number (CLIN). Include manufacturer name, model number, unit price, extended total amount and grand total. c) In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the System for Award Management will make an offeror ineligible for award.]. d) Contractor to fill out Contract Administration Data in Attachment B, Clauses and Contract Administration Data (page 6). QUOTATIONS SUBMITTAL INSTRUCTIONS: Offers are due at 3:30 P.M. Mountain Standard Time on 06/15/2016 and all offers shall reference the solicitation number 16-247-SOL-00048. E-mail submissions only to Donovan.Conley@ihs.gov by required due date time. Fax submissions are not authorized. CLUASES: See Attachment B: Clauses and Administrative Data PROVISIONS: See Attachment C: Provisions CONTRACT ADMINISTRATOR: Donovan Conley Contract Specialist Email: donovan.conley@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PIMC/16-247-SOL-00048/listing.html)
 
Place of Performance
Address: 4212 North 16th Street, Building 9, ISS/OR Dept, S.Adams, Phoenix, Arizona, 85016, United States
Zip Code: 85016
 
Record
SN04134635-W 20160603/160601234820-206602b0829ed856b8f275e63428118c (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.