Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
DOCUMENT

65 -- RS Linear Array Transducer - Attachment

Notice Date
12/15/2016
 
Notice Type
Attachment
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
VA26117Q0149
 
Response Due
12/15/2016
 
Archive Date
1/14/2017
 
Point of Contact
Harry Geise
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VA261-17-Q-0075 Page 1 of Page 1 of 6 Page 1 of Table of Contents SECTION B 2 B.1 PRICE/COST SCHEDULE 2 ITEM INFORMATION 2 B.6 DELIVERY SCHEDULE 3 SECTION C 3 C.1 INSTRUCTIONS TO OFFERORS 3 C.2 SALIENT CHARACTERISTIC 6 This document 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 requirement is posted as a Service Disabled Veteran Owned Small Business Set-Aside, if there are not two or more Service Disabled Veteran Owned Small Business (SDVOSB)/ Veteran-Owned Small Business (VOSB) manufacturers or authorized dealers, the requirement will be set-aside for Small Business. SDVOBs/VOSBs not listed in https://www.vip.vetbiz.gov/ are considered non-responsive and price quotations will not be evaluated. Award will be made to the responsive/responsible offeror who provides the technically acceptable product at the lowest price, delivery included, considering verified SDVOSB/VOSB sources (FAR 52.212.2 Evaluation factors). The proposed contract action is for supplies or services for which the Government intends to solicit. Interested persons may submit offers, and all eligible offers received prior to 12:00 PM PST December 22nd, 2016 will be considered by the Government. The NAICS code is 334517 and the size standard is 1000 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 effective, July 14, 2016. Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply. Thank you. VA San Francisco Healthcare System 4150 Clement Street San Francisco CA 94121-1545 VA San Francisco Healthcare System requires the following items, Salient characteristics: SECTION B B.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 9L-RS Linear Array Transducer The wide-band multi-frequency Phased Array probe with bandwidth between 3.0 and 10.0 MHz. Application include: Vascular, breast, throid, musculoskeletal and other small LOCAL STOCK NUMBER: H40442LL 1.00 EA __________________ __________________ 0002 ComfortScan 3Sc-RS (Sector 3Sc-RS) This wide-band multi-frequency Phased Array probe with bandwidth between 1.3 and 4.0 MHz supports the following main applications: cardiac, pediatric heart, coronary LOCAL STOCK NUMBER: H44901AB 1.00 EA __________________ __________________ 0003 Vivid i and q and S5 and S6 IB Upgrade UPGRADE VIVID BT12 UPGRADE VIVID BT12 UPGRADE LOCAL STOCK NUMBER: H45051UL 1.00 EA __________________ __________________ 0004 Vivid i BT12 Vascular Application Upgrade Needed to run Linear and Convex probes LOCAL STOCK NUMBER: H4504LFZ 1.00 EA __________________ __________________ GRAND TOTAL __________________ VA261-17-Q-0149 Page 1 of Page 4 of 6 Page 1 of SECTION C C.1 INSTRUCTIONS TO OFFERORS Only electronic offer will be accepted. Offers are due by 12:00 PM PST December 22nd, 2016. Alternate system submission: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non ­responsive to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: The Government will award to the lowest price, technically acceptable offeror. Brand name or equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR), respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items For the purposes of this clause, items (b) 4, 8, 14, 21,22, 25, 26, 27, 28, 30, 33, 42, 45, 46 (iii), 48, 55 are considered checked and apply. VAAR 819.7003 Class Deviation from VAAR 819.7003, Eligibility VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (November 2012) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.211-6 Brand Name or Equal (August 1999) C.2 SALIENT CHARACTERISTIC Brand Name or Equal Brand Name Item: Vivid I BT12 9L-RS Linear Array Transducer/ComfortScan 3Sc-RS (Sector Probe 3Sc-RS) Essential/significant physical, functional, or performance characteristics. Vivid I BT12 9L-RS Linear Array Transducer wide band multi-frequency transducer with bandwidth between 3.0 and 10.0 MHz. Applications include: Vascular, breast, thyroid, musculoskeletal and other small parts. ComfortScan 3Sc-RS (Sector Probe 2Sc-RS) This wide-band multi-frequency Phased Array Probe with bandwidth between 1.3 and 4.0 MHz supports the following main applications: cardiac, pediatric heart, coronary, fetal heart, adult cephalic, abdominal and renal. It provides a 18*24 mm footprint and a 90-degree field. 2) Complete generic identification Ultra Sound Probes Applicable model/make/catalog number H40442LL 9L-RS Linear Array Transducer H45041DL ComfortScan 3Sc-RS (Sector Probe 3Sc-RS) 4) Manufacturer name GE Healthcare
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117Q0149/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-Q-0149 VA261-17-Q-0149_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163210&FileName=VA261-17-Q-0149-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3163210&FileName=VA261-17-Q-0149-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: CARDIOLOGY (662);VA SAN FRANCISCO HEALTHCARE SYSTEM;4150 CLEMENT STREET;SAN FRANCISCO, CA
Zip Code: 94121-1545
 
Record
SN04352933-W 20161217/161215234542-2e75e7345c846257a1d157a6d65049a7 (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.