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 FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS, ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This is a solicitation W91YU0-11-T-0131 of Purchase Request W68MX310416066 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51.
The associated North American Industrial Classification System (NAICS) code for this procurement is 423450. Size Standard for small business is 500 employees. RFQ is being issued as UNRESTRICTED. This requirement is for the UltraPulse Encore Base System to be used at Madigan Army Medical Center and the proposed contract is for a one-time buy with an expected delivery date of 31 May 2011. Contractors offer should be in accordance with the information listed below.
All responsible Contractors shall provide an offer for the following Brand Name or Equal Products:
Technical Specifications: Wavelength 10,600nm; Laser type - UltraPulse or CW; Power to tissue 240 Watts; Spot Size Minimun 0.12 mm, Maximun 2.0 mm (TrueSpot); Up to 60% overlap coverage in CPG (fractional); require FDA cleared indications; Full Resurfacing Capabilities; Beaming Delivery Articulated arm wit6h up to 240 cm reach 360 rotation; Memory Setting 3; Warranty and Coverage - 1 year standard; Platform Specifications: Electrical 100 - 240 VAC, 20 A max. 50/60 Hz; Weight 128 kg (280 lbs); Dimensions (WxDxH) 34cm x 51 cm x 144 cm to 195 cm (13.6" x 20"x 57"to 77")
LINE ITEM 0001: Ultrapulse Encore System 1 EA
LINE ITEM 0002: DAB09 Digital Acublade Assembly Kit (includes Acuspot) 1 EA
LINE ITEM 0003: Oral Pharyngeal and Nasal Handpiece Set, 230mm (15201) 1 EA
LINE ITEM 0004: Warning Sign 2 EA
LINE ITEM 0005: ULTRAFAST Scan, Final Encore st 1 EA
LINE ITEM 0006: Shipping 1 EA
Delivery shall be FOB Destination to Madigan Army Medical Center. Pricing quote shall include all applicable fees.
The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil
The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items. Addendum to 52.212-4 (LOCAL Clause 5003). Wide Area Workflow (WAWF) Army Electronic Invoicing Instructions (LOCAL Clause 5002). 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, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficing in Persons, 52.222-54 Employment Eligibility Verfication, 52.223-6 Drug-Free Workplace, 52.223-18 Contractor Policy to Ban Text Messaging While Driving, 52.224-2 Privacy Act, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3 Protest After Award, 52.233-4 Applicable Law For Breach Of Contract Claim, 52.242-13, Bankruptcy, 252.201-7000 Contracting Officer's Representative, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea, 252.247-7023, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses, 252.204-7008 Export-Controlled Items, 52.225-25, Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification, 52.211-6 Brand Name or Equal 252.211-7003 Item Identification and Valuation, DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation). The following provision apply to this acquisition. 52.212-1 Instructions to Offerors--Commerical Items, Addendum to 52.212-1, 52.252-1 Solicitation Provision Incorporated by Reference, 52.212-3 Offeror Representations and Certifications--Commercial Items, 52.212-3 Offeror Representations and Certifications-Commerical Items Alternate I., 252.212-7000 Offeror Representation and Certifications-Commercial Items.
Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 26 April 2011, 12:00 PM, Pacific Standard Time. Submit offers via fax to (253) 968-4091 or email to
[email protected].
Place of performance:
Madigan Army Medical Center
BLDG 9040A (RECEIVING SECTION)
Fitzsimmons
Tacoma, WA 98431
UNITED STATES
Contact: Linda Calahan, Contract Specialist, Phone 253-968-5419, Fax 253-986-4091, Email
[email protected]
Bid Protests Not Available