|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1998 PSA#2081Head, Material Management Department, U.S. Naval Hospital, Guam, PSC
490 Box 7717, FPO AP 96538-1600 65 -- 32MB INPUT PACKAGE FOR DRYVIEW 8700/8800 LASER IMAGERS SOL
N68096-98-Q-A001 DUE 052198 POC Charles S. Apelo, Procurement Agent
(671)344-9457/9671 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulation (FAR) Subpart 12.6, as supplemented with
additional information included in this notice and incorporates
provisions and clauses in effect through FAC 97-04. The SIC code is
3841 and the small business size standard is considered 500 employees.
This solicitation is unrestricted and constitutes the only
solicitation issued. This will be a Firm-Fixed Price Contract.
Contractors' proposals are hereby being requested and response to
requirements listed below shall be submitted on contractors' letterhead
and must address all requirements listed and should contain the name,
title and signature of person authorized to submit proposall/bids.
Descreptive literature for each item offered must also be included. The
U.S. Naval Hospital-Guam has a requirement for two (2) each 32MB Input
package for DryView 8700/8800 Laser Imagers (Imation Corp) to be
connected with existing Radiologyequipment(s) ATL Ultramark ( HDI
Ultrasound Unit and ADAC Genesys Nuclear Medicine Unit. The DryView
Laser Imager is a computerized system that makes digital processing of
radiographic films without hazardous chemicals. The package includes:
2 x 32MB input module; 2 x User keypad with cable; 2 x VEIB; 2 x
KFEIB; 4 x 3 meter Analog Cables; 4 x 30/60 meter Fiber Optic cable
Installation; service and operating manuals; 12 months warranty (parts
only). Prices should include installation but does not include
plumbing, ventillation and electrical work. This will be provided and
included by conractors' proposal. Delivery terms should be FOB
destination, (unless vendor states otherwise) to Defense Dsitribution
Depot, San Joaquin Tracy Facility, Bldg. 16B-5, Chrisman Road, Tracy,
California 95376. All responsible sources may submit a proposal which
if timely received, shall be considered by the Government and will
award to the responsible offeror whose offer conforming to this
solicitation will be most advantageous and will meet Governments'
requirements. Evaluation factor of technical capability of the items
offered and past performance history will be considered along with the
price to determine "best value" to the Government. The following
incorporated FAR clauses and provisions are those in effect through FAC
97-04 and are applicable to this solicitation. 52.212-1 Instruction to
Offerors Commercial items; 52.212-2 Evaluation Commercial Items;
52.212-3 Offeror Representations and Certifications Commercial Items
and must include a completed copy of "Offeror Representations and
Certifications" along with his offer. Also, DFAR 252.211-7003 Brand
Name or Equal (Dec 1991); DFARS 252.225-7001 Buy American Act and
Balance of Payment Programs applies. (Note: The full text of the
FederalAcquisition Regulation (FAR) and Defense Federal Acquisition
Regulation Supplement (DFARS) can be accessed on the internet at
"www.arnet.gov". Original proposals shall be submitted on company
letterhead along with descriptive literature for allitems offered to:
Charles S. Apelo, Procurement Agent, U.S. Naval Hospital-Guam, Material
Managment Department, Bldg. #1, L-Wing, Farenholt Avenue, Agana
Heights, Guam 96919. Fax proposals will be accepted at (671) 344-9256
or 9743, proposal must state solicitaion number and must be submitted
to no later than 4:30PM PST, May 22, 1998. See Note 22. (0112) Loren Data Corp. http://www.ld.com (SYN# 0243 19980424\65-0001.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|