|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1996 PSA#1626Fleet and Industrial Supply Center, San Diego, Bid Officer, 937 N.
Harbor Drive, San Diego, CA 92132-0212 65 -- EXCIMER LASER SYSTEM SOL N00244-96-R-5171 DUE 070396 POC Fax
requests for information to Bid Officer (619) 532-2575, or call (619)
532-2692; Contract Specialist Ben S. Stowman (619)532-2663; Contracting
Officer, Ellen H. Polen 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. The
solicitation number is N00244-96-R-5171 and is issued as a request for
proposal (RFP). This combination synopsis/solicitation incorporates
the provisions and clauses in effect through Federal Acquisition
Circular 90-37 and Defense Acquisition Circular 91-10. This notice is
provided on a sole source basis, with intent to award a firm fixed
price contract with Visx, Inc. for a Excimer Laser System, Model No.
2020C/STAR. This is a sole source acquisition due to Food and Drug
Administration (FDA) approval for an investigation utilizing the Visx,
Inc. excimer laser system. The SIC code is 3845 and the business size
standard is 500 employees. This requirement is for a fixed priced
contract for Line Item 0001: One (1each) Visx, Inc. Excimer Laser
System, Model No. 2020C/STAR, including one each of the Excimer Laser,
patient chair, printer, accessory kit, and one physician's stool.
Visionkey cards for PTK (package of ten) are also required. The system
shall include the following minimum characteristics: a treatment zone
of 6mm expandable to 9mm; projected reticle aiming system; joystick
alignment method; repetition rate of 6hz (capable of 30) for hyperopia
scanning at 10hz; head-up display; must utilize coaxial and oblique
illumination; optical delivery system utilizing 3 mirrors; auto
calibration; swing arm, no focus required calibration hardware; gas
boost capability; and lensometer verification ability. The system shall
also include a corneal topography machine, brand-name Alcon
Laboratories Eyemap EH-290, with touch screen. The system shall be
capable of correcting astigmastisms without the requirement for an
erodible mask. The system must not utilize liquid nitrogen. This system
will be utilized to perform ophthalmic surgical procedures. Delivery of
Item 0001, FOB Destination to Naval Medical Center, Receiving Loading
Dock #4, San Diego, CA 92134-5000, POC: HM1 R. Tinga, Phone: (619)
532-6791. Delivery of Item 0001 is required 30 days after award.
Inspection and acceptance will be at destination. FAR provision
52.212-1 Instructions to Offerors-Commercial Items is hereby
incorporated by reference, including clause 52.211-6 Listing of Used or
Reconditioned Material, Residual Inventory and Former Government
Surplus Property, by addendum. All offerors are required to submit
completed copies of the following FAR and DFAR provisions: 52.212-3
Offeror Representations and Certifications-Commercial Items;
252.212-7000, Offeror Representations and Certifications-Commercial
Items; included by addendum is 252.225-7006, Buy American Act-Trade
Agreements-Balance of Payments Program Certificate. FAR clause 52.212-4
Contract Terms and Conditions-Commercial Items applies, as well as the
following addendum clauses; FAR 52.211-5, New Material, 52.211-7,
Other than New Material, Residual Inventory, & Former Government
Surplus Property, 52.215-43, Audit-Commercial Items, and 5252.246-9401,
Standard Commercial Warranty. FAR clause 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items applies to this acquisition. The following
clauses are hereby incorporated by reference: 52.203-6, Alt. 1,
Restrictions on Subcontractor Sales to the Government; 52.203-10 Price
or Fee Adjustment for Illegal or Improper Activity; 52.219-8
Utilization of Small Business Concerns and Small Disadvantaged Business
Concerns; 52.219-9, Small, Small Disadvantaged and Women-Owned Small
business Subcontracting Plan, 52.222-26 Equal Opportunity; 52.222-35
Affirmative Action for Special Disabled and Vietnam Era Veterans;
52.222-36 Affirmative Action for Handicapped Workers; and 52.222-37
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items, applies with the following clauses
applicable for paragraph (b); 252.205-7000, Provision of Information to
Cooperative Agreement Holders; 252.219-7003, Small Business and Small
disadvantaged Business Subcontracting Plan; 252.219-7005 Incentive for
Subcontracting with Small Businesses, Small Disadvantaged Businesses,
Historically Black Colleges and Universities and Minority
Institutions; 252.219-7006, Notice of Evaluation for Small
Disadvantaged Business Concerns; 252.225-7007, Trade Agreements;
252.225-7012, Preference for Certain Domestic Commodities;
252.225-7027, Limitation on Sales Commissions and Fees; 252.233-7000,
Certification of Claims and Requests for Adjustment or Relief;
252.247-7024, Notification of Transportation of Supplies by Sea. The
government intends to make a single award to Visx, Inc. FAR provision
52.212-2, Evaluation-Commercial Items, applies with paragraph (a)
completed as follows: Award will be made to the offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. To be determined technically acceptable, the offeror must
furnish product literature that demonstrates that the products offered
meet all requirements as stated in the above descriptions for CLIN
0001. Sealed offers (original and 1 copy) must be received no later
than 3:00pm PT on 03 July 1996. Offers sent via the US Postal Service
should be mailed to the Fleet and Industrial Supply Center, Bid Officer
Code 210A94, 937 N. Harbor Drive, San Diego, CA 92132-0212. All offers
not sent through the US Mail will be considered to be hand carried and
direct delivered. Hand carried offers must be delivered directly to and
placed in the depository located in Building 1, 2nd Floor Bid Desk,
Room 207, 937 N. Harbor Drive, FISC Regional Contracts Department.
Direct delivery of offers is only possible during weekdays, excluding
federal holidays, between the hours of 8:00am and 4:00pm. See Note 22.
(0178) Loren Data Corp. http://www.ld.com (SYN# 0367 19960627\65-0002.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|