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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W9114F-10-T-0134. This solicitation is issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-14. This is an unrestricted acquisition. The North American Industry Classification System AI(N CS) code is 334510.
LINE ITEM 0001, 1 EACH, Inno Vet Radiographic System
Inno Vet Select Radiographic System consisting of the following: 20Khz high frequency technology, 30 kW rating, Anatomical programming, technique selctions: 1.) kVp/mAs 2.) APR/patient thickness, kVp range: 40-125in 1 kV steps, mA stations: 50s-500L (eight total), mAs range: 1-600 mAs, digital display of kVp, mA and mAs, digital diagnostic readout, built-in tube protection circuits, adjustable volume, audible exposure signal, automatic generator (Shut Off) circuit, UL clasified, Line match transoremer for 3 phase, 380 - 400 VAC, 50Hz electrical Service 03902. Table/Tubestand: Enclosed, integrated radiographic table, 4-way float top table, Table top: 67 in x 32in with +/- 4in transvers travel, welded base construction, Grid: 103 LPI, 8:1 ratio, manual casette tray, Grid cabinet with tubestand interlock, animal restraining device, angulation dial and delude operator handgrips, tubestand handles, UL classified. X-RAY TUBE C458: 1.0-2.0mm F.S., 140,000 heat units with 90 degree horns, CABLES C600-15: 15 ft high voltage cables with federal terminations. COLLIMATOR G800: Manual collimator with light field, swivel mount, field light (on-time) - selectable, 30, 60, 90 or 120 seconds, long life (soft-start) bulb circuits, spare collimator bulb, Easy-to-operate with gloves on, exceeds federal standards for radiation leakage protection. EXPOSURE SWITCHES: Foot Switch with 20 ft cord A981, Remote, wall mounted hand switch W413. BRAND NAME OR EQUAL
LINE ITEM 0002, 1 EACH, Shipping Cost, Door-to-Door Delivery
LINE ITEM 0003, 1 EACH, On Site Installation, Turn Key Installation
Ship to:
Landstuhl Regional medical Center
Anne Braxton
Property Management Branch
Geb 3739
Landstuhl/Kirchberg 66849
PH: 011 49 6371 86 7963
The following Federal Aquisition Regulation (FAR) clauses and provisions apply to this acquisition:
52.212-4 Contract Terms and ConditionsCommercial Items JUN 2010
ADDENDUM TO 52.212-4
52.212-1 Instructions to Offerors--Commercial Items - JUN 2008
52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007
52.204-10 Reporting Executive Compensation and First-Tier subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. SEP 2006
ADDENDUM TO 52.212-1
INSTRUCTIONS TO VENDORS
The following paragraphs are hereby amended:
Para (a) Does not apply to this RFQ.
Para (b) Replace subparagraph (4) with the following:
(4) Technical Factor. The vendor must explain how you will comply with the requirements in the request for quote by submitting a written quote which describes:
Salient Characteristics; Standard Acceptable/Unacceptable
1. Offered System must provide a integrated radiographic table; table top must be 53 by 24
2. Offered System must have transformer mounted shelf
3. Offered System must have grid cabinet with simplex TM cassette tray; grid must be 8:1 ratio, 103 psi.
4. Offered System must have angulation dial and operator handgrips.
5. Offered System must have foot switch with 20 foot cord
6. Offered System must have animal restraining devise
7. Offered System must be 220V/50Hz
8. Offered System must have X-Ray Tube of 1.0-2.0 F.S.; 140,000 H.U. with 90 degree horns
9. Offered System must have manual collimator with light field
10. Offered System must have swivel mounted collimator
11. Offered System must have field light on time adjustable to 30-120 seconds.
12. Offered System must have a kVp range from 40-125 w/64 selections.
13. Offered System must have mA stations of 100S, 300L, and timer range of 1/120th to 1 second w/18 selections, the mAs range must be 1.0-300 mAs. mAs have digital readout, kVp readout, and digital diagnostic panel.
14. Offered System must have a tilt-out control panel, built-in tube protection and audible exposure signal.
Failure to receive an acceptable rating of any of the 14 salient characteristics will result in an unacceptable technical rating unless the error(s), deficiency (ies) or omission (s) can be corrected.All CLINs shall be priced. If you fail to price all CLINs, your quote will not be considered for award. Para (c) Change 30 to 60.
Para (d) Does not apply to this request for quote (RFQ).
Para (i) Does not apply to this RFQ.
Add the following:
Para (m) Quotes shall describe how your system contains the 14 salient characteristics and is an equal to the Inno Vet Select Radiographic System
Para (n) ELECTRONIC OFFERS. Vendors may submit electronic quotes in response to this RFQ. The quote must arrive by the time specified in the RFQ to the following email address:
[email protected]Vendors may call Christine Bauer-Newland 06371-86-7597 to verify receipt of the quote. If the vendor chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote.
Para (o) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ two days before closing date of quote submission by e-mail to
[email protected] or
Fax 06371-86-8070. All questions received will be answered officially through an amendment for distribution to all prospective vendors.
ACQUISITION PROCEDURE
This is a commercial item under FAR Part 12 and the acquisition procedures to be used for this purchase will be in accordance with FAR Part 13.
52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. SEP 2006
52.222-19 - Child Labor -- Cooperation with Authorities and Remedies AUG 2009
52.222-50 Alt I - Combating Trafficking in Persons (Aug 2007) Alternate I AUG 2007
52.225-13 - Restrictions on Certain Foreign Purchases JUN 2008
52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003
52.233-3 - Protest After Award AUG 1996
52.233-4 - Applicable Law for Breach of Contract Claim OCT 2004
52.247-34 - F.O.B. Destination NOV 1991
252.203-7000 - Requirements Relating to Compensation of Former DoD Officials JAN 2009
252.203-7002 - Requirement to Inform Employees of Whistleblower Rights JAN 2009
252.212-7001 Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DEV JUN 2010
252.225-7041 Correspondence in English JUN 1997
252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States MAR 2006
252.229-7000 - Invoices Exclusive of Taxes or Duties JUN 1997
252.229-7001 Tax Relief JUN 1997
252.229-7002 Customs Excemptions (Germany) JUN 1997
252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports MAR 2008
252.232-7008 - Assignment of Claims (Overseas) JUN 1997
252.232-7010 - Levies on Contract Payments DEC 2006
252.233-7001 - Choice of Law (Overseas) JUN 1997
INVOICING INSTRUCTIONS WAWF/DFAS
52.212-2 Evaluation--Commercial Items - JAN 1999
52.212-3 - Offeror Representations and Certifications Commercial Items AUG 2009
52.212-5 Contract Termsn and Conditions Required to Implement Statutes or Executive OrdersCommercial Items JUL 2010 DEV
52.211-6 Brand Name or Equal AUG 1999
52.214-34 Submission of Offers in The English Language APR 1991
52.227-19 Commercial Computer Software License DEC 2007
52.232-38 Submission of Electronic Funds Transfer Information with Offer MAY 1999
52.233-2 Service of Protest SEP 2006
252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DEC 2006
52.252-1 Solicitation Provisions incorporated by Reference FEB 1998
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Clauses APR 1984
SPECIAL NOTE: All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All quotes are due 15 Sep 2010 before 5pm Central European Time. Offers may be sent via email to
[email protected], or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Christine Bauer-Newland, phone # 011 49 6371 86 7597.
Bid Protests Not Available