Federal Bid

Last Updated on 10 Oct 2009 at 8 AM
Combined Synopsis/Solicitation
Houston Texas

65--OZIL INFINITI SYSTEM AND COMPONENTS

Solicitation ID W81K0009T0328
Posted Date 04 Aug 2009 at 2 PM
Archive Date 10 Oct 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Regional Health Contract Off Central
Agency Department Of Defense
Location Houston Texas United states 78234
Point Of Contact Not Available
Combined Synopsis/Solicitation W81K00-09-T-0328 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This acquisition is solicited as unrestricted 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 is for OZIL Infiniti system, 1 each; torsional handpiece, 3 each; tip .3 mm, 2 each; thread ultraflow, 2 each; for General Leonard Wood Army Hospital, Fort Leonard Wood, MO. Required items to be delivered FOB destination.

Line item no. 0001:
Legacy 2000 Ozil Infiniti system w/videoverlay (including 1 footswitch, 1 aqualase liquefaction device handpiece), #8065750265, or equal, 1 each.

Line item 0002:
Torsial handpiece, #8065750469, or equal, 3 each.

Line item 0003:
I/A Tip .3mm, #356-1007, or equal, 2 each.

Line item 0004:
Thread STTL Ultraflow S/P, #8065817801, or equal, 2 each.

Salient characteristics:

" Line item 1:
o Ozil system delivery of side-to-side oscillating ultrasonic movement with little or no repulsion
o The system shall be capable of performing phacoemulsification as well as anterior vitrectomy during cataract surgery.
o The systems shall have linear, burst and fixed phacoemulsification modes as well as cut I/A and I/A cut anterior vitrectomy modes.
o The systems shall be capable of torsional phacoemulsification.
o The electrical requirements are 120 VAC, 60 Hz.
o Touch-screen design of overlay
Front access for consumables and accessories
Animated graphics
Nuclear grading scale allowing easier customization of settings
Large font to allow easy monitoring of critical parameters throughout procedure
o Footswitch to have retractable wheels
Footswitch must have 6 function activation
Footswitch must have adjustable size and width
o Aqualase must pulse warmed BSS sterile irrigation solution through polymer tip delaminate and separate lens tissue
Pulsing limited to 4 micro liters and delivery in a scoop-like energy pattern
o The system shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America.

" Line item 2:
o Uses ultrasonic oscillatory movement
o Lightweight limited to 60 grams
o Uses either ultrasonic oscillations, traditional ultrasound or combination

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 11 August 2009, 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) 221-3446. 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: [email protected].

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 52.212-1;

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];
52.219-1 [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];
HIPPA [Local]
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]
252.211-7003 [Item ID and Valuation]
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]
252.232-7003 [Electronic Submission of Payment Requests]
252.247-7023 [Transportation of Supplies by Sea Alternate III]
(end)
Bid Protests Not Available

Similar Past Bids

Sioux falls South dakota 19 Aug 2008 at 7 PM
Frederick Maryland 02 Mar 2009 at 6 PM
Location Unknown 28 Aug 2007 at 4 AM
Decatur Georgia 17 Jul 2009 at 9 PM

Similar Opportunities

San diego California 27 Jul 2025 at 4 AM (estimated)
Delaware city Delaware 23 Dec 2035 at 5 AM (estimated)