Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1998 PSA#2081

Head, 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