SOLICITATION NOTICE
65 -- VARIOUS SURGICAL PROCEDURES WITH IMAGING SYSTEM
- Notice Date
- 8/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K0010T0260
- Response Due
- 8/20/2010
- Archive Date
- 10/19/2010
- Point of Contact
- John Roeck, 210-221-4648
- E-Mail Address
-
Great Plains Regional Contracting Ofc
(john.roeck@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. 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 request and a written solicitation will not be issued. Solicitation #W81K00-10-T-0260 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This acquisition is solicited as small business set-aside for NAICS 339112, size standard 500 employees. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for various surgical procedures to include reconstruction, flaps, colorectal, lower anterior resections, etc., and various dyes for use with SP2000 Spy Imaging System, or equal for Brooke Army Medical Center, Fort Sam Houston TX. Required FOB Destination, base year and 4 option years for period 1 October 2010 through 30 September 2015. Line item no. 0001: SP2000 Spy Imaging system, or equal, 1 each. Line item 0002: Various procedures to include, reconstruction, flaps, colorectal, lower anterior resections, etc. Base year 60 each 1st option year 90 each 2nd option year 120 each 3rd option year 150 each 4th option year 180 each Line item 0003: SK600 imaging agent including 6 vials of dye and 6 drapes, IC-Green, or equal, Base year 10 each 1st option year 15 each 2nd option year 20 each 3rd option year 25 each 4th option year 30 each Line item 0004: Warrant, maintenance, and upgrades Line item 0005: Equipment installation Line item 0006: On site Surgeon training Line item 0007: On site staff training Salient characteristics of line item 1: "510k certified "Interoperative vascular imaging system "Provides real time images "Measures blood perfusion in tissue using fluorescence and without radiation "Uses dye fluorescence "The system is multispecialty capable to include plastic surgery, cardiac, organ transplants, micro-surgeries "Is a single phase device which uses 120v, 60hz "Reduces any additional surgeries based on necrotic tissue "Improves patient safety with less radiation Salient characteristics of line item 2: "Must equal chemical composition of items as indicated by name and part number above for imaging agent. If offering brand name or equal, demonstrate how item is equal to listed item(s). The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-1 [Instructions to Offerors]; Addendum 52.212-1; Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. Award will be all or none. FAR provisions and clauses can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. The closing date and time of this solicitation is 20 August 2010, 10:00 a.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: John Roeck, 3851 Roger Brooke Drive, bldg 1103, Fort Sam Houston TX 78234-6200; fax: (210) 221-5359. Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: John Roeck, 210-221-4648; e-mail: john.roeck@us.army.mil. End Addendum 52.212-1 The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the system offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. End Addendum 52.212-2; 52.212-4 [Contract Terms and Conditions Commercial Items]; Addendum 52.212-4; 52.211-6 [Brand Name or Equal]; 52.212-2 [Evaluation-Commercial Items]; 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 52.216-18 [Ordering] 52.216-19 [Order limitations] 52.216-22 [Indefinite quantity] 52.217-9 [Option to extend the term of the contract] 52.219-1 [Small Business Program Representations]; 52.237-2 [Protection of Government Buildings; Equipment, and Vegetation]; 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; 252.212-7000 [Offeror Representations and Certifications-Commercial Items] 252.225-7031 [Secondary Arab Boycott of Israel]; 252.232-7010 [Levies on Contract Payments]; 252.243-7001 [Pricing of Contract Modifications]; End Addendum 52.212-4; 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items] with sub clauses: 52.219-6 [Notice of Total Small Business Set-Aside]; 52.219-8 [Utilization of Small Business Concerns] 52.219-28 [Post Award Small Business Program Representation] 52.222-3 [Convict Labor], 52.222-19 [Child Labor-Cooperation with Authorities and Remedies], 52.222-21 [Prohibition of Segregated Facilities], 52.222-26 [Equal Opportunity], 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], 52.222-36 [Affirmative Action for Workers with Disabilities], 52.222-37 [Employment Reports on Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans], 52.222-50 [Combating Trafficking in Persons], 52.225-3 [Buy American Act-Free Trade Agreements-Israeli Trade Act], 52.225-18 [Place of Manufacture] 52.225-13 [Restrictions of Certain Foreign Purchases], 52.232-36 [Payment by third party] 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with sub clauses: 252.225-7001 {Buy American Act and Balance of Payments Program], 252.247-7023 [Transportation of Supplies by Sea Alternate III] (end)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0010T0260/listing.html)
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
- Zip Code: 78234-6200
- Zip Code: 78234-6200
- Record
- SN02235410-W 20100812/100810235903-59cdbcb04666c8534df1547179ad665b (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 |