Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2007 FBO #2095
SOLICITATION NOTICE

65 -- Lumenis Selectra Trio Surgical Laser Brand Name Only with SLT, NdYAG, Diode Capabilities

Notice Date
8/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62645-07-R-0022
 
Response Due
8/30/2007
 
Archive Date
9/14/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. The Request for Quote number is N62645-07-R-0022. Quotes are due not later than 3:30 P.M. EST on 30 Aug 2007. Provisions and clauses in effect through Federal Acquisition Circular 2005-18 are incorporated. NAICS 339115 (Size Standard - 500 Employees for purposes of reporting contact action). This is Full And Open Competition, all qualified vendors able to provide Brand Name Only Lumenis surgical lasers described below are encouraged to submit a quote. The United States Navy has a requirement for single surgical laser capable of performing selective laser trabeculoplasty, NdYAG capsulotomy and iridotomy, and photocoagulation for retinal treatment. The Naval Medical Logistics Command seeks to purchase from a responsible vendor (IAW FAR 6.302-1(c)) QTY 1 Lumenis Selecta Trio laser system, with 2 copies of both service and operator manual. Specifically, the system shall be a single surgical laser capable of performing selective laser trabeculoplasty at 532 nm, NdYAG capsulotomy and iridotomy at 1064 nm, FSPP for retinal treatment at 532 nm, and photocoagulation for retinal treatment that shall conform to FDA clearance to market for selective laser trabeculoplaster; capsulotomy and iridotomy. The system required shall combine all three lasers into one model and is required to fit within the allowable space available in NH Bremerton, which is approximately 6 feet by 6 feet. Based on the above information, the only technically acceptable items are the Brand Name Only Complete Lumenis Sectra Trio manufactured by Lumenis. Vendor shall provide their quote for Lumenis Brand Name Only equipment. Only quotes offering all required items will be considered. Warranty information shall be included in the Technical Quote. QUOTE CONTENT/FORMAT: Quotes shall be submitted either via email or fax format. Vendors shall submit complete quotes. EVALUATION FACTORS FOR AWARD: NMLC intends to award based on Low Price/Technically Acceptable LPTA (exactly the brand name only items required). Evaluation of price will be based on the offeror?s total price for all line items shown below. This acquisition is being conducted under FAR 13.5 Commercial Test Program. Past Performance is not an evaluation factor for this acquisition. Price is important as the Government intends to award to the low priced offeror offering the required items. The government intends to evaluate proposals and award without discussions with offerors. Therefore, the offeror?s initial proposal should contain the offeror?s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. BUSINESS QUOTE INSTRUCTIONS: Offerors shall price each Contract Line Item Number (CLIN) and shall submit firm-fixed pricing for all CLINS, otherwise quote will be determined to be substantially incomplete and not warrant any further consideration. If not separately priced for a CLIN, then this must be stated. This acquisition is for Brand Name Only, and no substitutions will be allowed and all items must be offered. Shipping shall be FOB Destination to addresses. Business quote shall specify the Total Price for all CLINS. Business quotes will be evaluated for Completeness (all CLINS are priced) and Reasonableness (the degree to which the proposed prices compare to prices that are reasonable, prudent person would expect to incur for the same or similar equipment and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Line Item 0001 - Lumenis Selectra Trio shall be shipped with 2 Operator manuals and 2 Service manuals; Total quantity for Line Item 0001 equals 1 System (Shipping to Bremerton, WA NOT LATER THAN (NLT) 28 September 2007) Each Set shall be shipped with 2 Operator manuals and 2 Service manuals. LINE ITEM 0001 PRICE $ ____________________ OTHER ADMINISTRATIVE INSTRUCTIONS: In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business quote. INFORMATION TO BE INCLUDED IN BUSINESS QUOTE; Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. Submit email quotes (using PDF, MS Word, Excel attachments) to: Richard Taylor at rtaylor@nmlc.med.navy.mil. Fax quotes may be sent to 301-619-1132 Attn: Richard Taylor. Email quotes are preferred. Quotes are due not later than 3:30 P.M. EST 30 Aug 2007. Address questions to Richard Taylor by email only NLT 3:30 P.M. EST on 24 Aug 2007.
 
Place of Performance
Address: Naval Hospital, Bremerton WA
Zip Code: 98312
Country: UNITED STATES
 
Record
SN01378701-W 20070822/070820221756 (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.