SOLICITATION NOTICE
65 -- Digital Diagnostic Radiography Equipment
- Notice Date
- 9/16/2020 2:05:44 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
- ZIP Code
- 84020-2000
- Solicitation Number
- W911YP20R0040
- Response Due
- 9/24/2020 9:00:00 AM
- Archive Date
- 10/09/2020
- Point of Contact
- John B. Merlette, Phone: 8014324145
- E-Mail Address
-
john.b.merlette.civ@mail.mil
(john.b.merlette.civ@mail.mil)
- 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 separate written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). This acquisition is utilizing NAICS 334517�Irradiation Apparatus Manufacturing�with the small business size standard of 1,000 employees. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. The Utah National Guard has a requirement to procure a Philips DigitalDiagnost 4.1 Flex/Value System�or equivalent for the Utah National Guard Medical Command (MEDCOM)�Army Garrison Camp Williams located at 17800 S Camp Williams Road Bluffdale, Utah 84065. Details on the requirement are to follow. Request for Quote (RFQ) for for brand name or equivalent items pursuant to FAR Part 11.104 and contractors are encouraged to quote items that meet or exceed the salient characteristics / specifications of the item listed.�Interested offerors are required to submit a price quotation and technical specifications on the item that conforms to the salient characterisitcs/specifications provided in the attachment. Offeror is to include all freight, installation and training costs as�applicable and to specify the delivery schedule on quote to include lead times. Evaluation - This RFQ is subject to availability of funds per FAR 52.232-18. Award will be made on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for items conforming to the minimum requirements and specifications of the item listed. Offers that exceed funds availability or do not meet minimum item requirements and specifications of the items listed will not be considered for award. The offer must be registered in System for Award Management (SAM) to be eligible for award. Any award resulting from this solicitation will be made on the basis of full and open competition considering all offers submitted by responsible business concerns.�This solicitation is being solicited under NAICS 334517�Irradiation Apparatus Manufacturing�with the small business size standard of 1,000 employees. Contractor must comply�with attached DHA Cyber Logistics Cybersecurity/Risk Management Framework (RMF) Requirements Digital Diagnostic X-Ray System Requirements (See Attachment for minimum Salient Characterists/ Specifications): a.��� Items and Specifications. Item 0001: QTY: 01�EA Part # NNAH643 DD 4.x Flex Value� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� Item 0002: QTY: 01�EA Part # NRDN183�Digital TH table with tray for Skyplate� Item 0003: QTY: 01�EA Part # NRDN234�Digital VS vertical stand with tray for SkyPlate� Item 0004: QTY: 01�EA Part# NRDN301 Three-phase 65 kW X-Ray Generator Item 0005: QTY: 01�EA Part# NRDN112 Comfort Track Item 0006: QTY: 01 EA Part# NRDN092 Philips dual-focal high power SRO 33100 X-ray tube Item 0007: QTY 01 EA Part#�NRDN215 SkyPlate Infrastructure Kit Item 0008: QTY 01 EA Part# NRDN209 SkyPlate Large (35 x 43 cm, 14 x 17 inch)� Item 0009: QTY 01 EA Part# NRDN150 Wide tabletop for BuckyDiagnost TH table Item 0010: QTY 01 EA Part# NRDN153 2nd controller for TH/TF table� Item 0011: QTY 01 EA Part# NRDN421 Stretch grip for the VS or VM vertical stand Item 0012: QTY 01 EA Part# NRDN453 Remote Control holder Item 0013: QTY 01 EA Part# NRDN191 Automatic optimal image resolution Item 0014: QTY 01 EA Part# NRDN199 Adapt Transf. 415-480 V Item 0015: QTY 01 EA Part# NRDN255 Eleva Examination Control Advanced Item 0016: QTY 01 EA Part# NDCC062 Package incl. Print, Image Export, WLM, MPPS, Media Item 0017: QTY 01 EA Part# NDCC472 Dose Reporting in DICOM Structured Report Format Item 0018: QTY 01 EA Part# NDCC221 Clinical Quality Control Software Item 0019: QTY 01 EA Part# NDCC071 mShield (part of the overall strategy to safeguard data integrity) Item 0020: QTY 01 EA Part# NRDN402 Grid Portrait SkyPlate Large Item 0021: QTY 01 EA Part# NRDN403 Grid Landscape Skyplate Large� Item 0022: QTY 01 EA Part# NRDN405 Protector Large Cassette Size Detector Item 0023: QTY 01 EA Part# NRDN406 Detector holder for the patient bed Item 0024: QTY 01 EA Part# NRDN407 Wireless Detect. Mobile Holder Item 0025: QTY 01 EA Part# NRDN410 Detector and Grid Storage Item 0026:�Freight and Installation Cost (If Applicable) QTY: 01 JB Item 0027:�Manufacturer must provide at least 28 hours of education for up to four students in the proper use, safety and maintenance of the device (As applicable) QTY 01 JB ____________________________________________________________________________ All Quotations are due by 10AM MST on 24�SEP 2020.�If there are any questions regarding this solicitation please email to john.b.merlette.civ@mail.mil. Please submit quotation by email only. The Government anticipates making award without discussions if funding becomes available. Therefore, offers should submit their best and final offer to include alternate proposals.� The Government reserves the right to make an award solely on initial proposals received when funding becomes available. Offers bear the burden of ensuring that proposals (and any authorized amendments and samples) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the proposal must reach the office before the deadline specified in this solicitation. The vendor bears the risk of non-receipt of electronically transmitted proposals and should confirm receipt. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFAR) provisions and clauses are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 ��Restrictions on Subcontractor Sales to the Government FAR 52.204-24 � Representations Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 � Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26 � Covered Telecommunications Equipment or Services-Representation FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 Statutes/Exec Orders FAR 52.219-1 Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-50 - Combating trafficking in Persons FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-5 Trade Agreements FAR 52.225-6 Trade Agreements Certificate FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.243-1���� Changes-Fixed Price FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments FAR 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make full text available. Also, the full text of a clause may be accessed electronically at https://www.acquisition.gov/browse/index/far .
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/511167e31b8c45199365bc13e5bceb8f/view)
- Place of Performance
- Address: Riverton, UT 84065, USA
- Zip Code: 84065
- Country: USA
- Zip Code: 84065
- Record
- SN05800216-F 20200918/200916230204 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |