(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FM568272727001 (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 (iv) This solicitation is set-aside as unrestricted. The North American Industry Classification System (NAICS) code is 334510 (v) Potential offerors are to quote on the following line items: Line item Item Description Quantity Unit of Issue 0001 Philips iU22 Ultrasound System Mfr. Philips Medical Systems MFR CODE: 100600 QTY: 1 Ultrasound System as follows: HDI5000 (SonoCT) to iU22 V007 MFR CODE: NNAD927 or equal QTY: 1 Radiology Vision 2007 MFR CODE: NUSD331 or equal QTY: 1 Panoramic Imaging MFR CODE: NUSB800 or equal QTY: 1 NetLink DICOM 3.0 MFR CODE: NUSB801 or equal QTY: 1 iCommand MFR CODE: NUSB802 or equal QTY: 1 Foot Switch MFR CODE: NUSB813 or equal QTY: 1 Voice Headset MFR CODE: FUS8210 or equal QTY: 1 S4-1 Broadband Phased Array Transducer MFR CODE: FUS7261 or equal.QTY: 1 L9-3 Broadband Linear Array transducer Qty: 1 MFR CODE: FUS7271 or equal QTY: 1 L17-5 Broadband Linear Array transducer MFR CODE: FUS7273 or equal. QTY: 1 C9-4 Broadband Curved Array transducer MFR CODE: FUS7283 or equal. QTY: 1 English Manual MFR CODE: FUS7000 or equal QTY: 1 Service Manual MFR CODE: FUS8200 or equal QTY: 1 Internal Color Printer MFR CODE: NUSA581 or equal QTY: 1 L12-5 50mm Transducer MFR CODE: FNA6083 or equal QTY: 1 C5-2 Transducer MFR CODE: FNA6101 or equal QTY: 1 C8-4V Transducer MFR CODE: FNA6102 or equal QTY: 1 C8-5 Transducer MFR CODE: FNA6103 or equal QTY: 1 OCONUS APPLICATIONS from the US QTY: 1 CRATING AND SHIPPING OF TRADE IN SYSTEM HDI 500 SERIAL #0261Q6 QTY: 1 CUSTOMER NOTE: 220v necessary for delivery in ITALY SEBLRSVNP1 QTY: 1 (vi) Offerors are authorized to quote line items indicated above as an or equal. If an or equal is quoted, the offeror is required to submit the technical specifications along with the offer. (vii) Items will be shipped to the following address: 31st Medical Group Via Pedemonte, AREA 1 Building # 121 Aviano Air Base - 33081 AVIANO (PORDENONE) ITALY Offerors must specify in their quote which shipping method will be used. Items will be delivered and accepted at F.o.b. Destination (viii) FAR 52.212-1, Instructions to Offerors--Commercial Items (Jan 2006), applies to this acquisition. Addendum to 52.212-1 (c ) Period of Acceptance of Offerors. The paragraph is tailored as follows: The offeror agrees to hold the prices in its offer from for 30 calendars days from the date specified on the receipt of offers. ADDENDA to 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of the proposal, the offer must follow the instructions contained herein. The proposal must be complete, self-sufficient and respond directly to the requirements of this solicitation. The evaluation will be performed as follows: LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) where the item supplied shall meet the Government?s requirement in accordance with the description provided. Please include any trade-in(s) credits in your prices NOTE: Offerors quotes shall include their price for the items listed in line item 0001. Further, Aviano Air Base Clinic has a PHILIPS HDI 5000 it would like to use for a potential trade-in rebate. Offerors interested in the PHILIPS HDI 5000 shall include their proposed rebate /trade-in price as a deduction to the price of the PHILIPS iU22. We will evaluate total price including trade-in credits to determine the lowest offer. (ix) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the Government requirement; (2) price; (3) delivery terms. The Government intends to award to one vendor on a all or none basis. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.213-3, Offeror Representations and Certifications?Commercial Items (Jun 2006). Alternate I (Apr 2002) (xi) FAR 52.212-4, Contract Terms and Conditions?Commercial Items (Feb 2007) applies to this acquisition. No addenda to this clause. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Nov 2007) (DEVIATION). The following additional FAR clauses cited in the clause are applicable: 52.203-6 Restrictions on Subcontractors Sales to the Government(Sep 2006) 52.203-6 Alternate I (Oct 1995) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Aug 2007) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (xiii) The following clauses and provisions apply to this solicitation and are included by reference: 52.203-3 Gratuities (Apr 1984) 52.204-4 Printed or Copied Double Sided on Recycled Paper (Aug 2000) 52.204-7 Central Contractor Registration (Jul 2006) 52.211-6 Brand Name or Equal (Aug 1999) 52.215-5 Facsimile Proposals (Oct 1997) 52.225-14 Inconsistency Between English Version and Translation of Contract (Oct 2003) 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration 52.233-2 Service of Protest (Aug 1996) 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) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.204-7004 Alternate A - Central Contractor Registration (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) 252.225-7012 Preference for Certain Domestic Commodities (Jan 2007) 252.225-7015 Restriction on Hand or Measuring Tools (Jun 2007)...buying tools 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program (Mar 2007) 252.225-7041 Correspondence in English (Jun 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.229-7003 Tax Exemptions (Italy) (Jan 2002) 252.232.7003 Electronic Submission of Payment Requests (Mar 2007) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.243-7002 Requests For Equitable Adjustment (Mar 1998) use with Fixed Price 252.247-7023 Transportation of Supplies by Sea (May 2002) 252.247-7023 Alternate III (May 2002) * The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTM (xiv) Any responsible vendor can submit an offer to this agency. Offers received will be reviewed and considered for award. (xvi) Quotes are due to this office no later than 12:00am Central European Time, 03 MARCH 2008 Quotes can be faxed to the following number, 011-39-0434-30-8758 or sent via e-mail to
[email protected]. All quotes must include the following information: Company?s complete mailing and remittance address, discounts for prompt payment, if any, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor). Quotes must be valid for a period of no less than 30 days. Vendors shall indicate, by number of calendar days, the amount of time needed to deliver the items described in paragraph (v). (xvii) The point of contact for this combined synopsis/solicitation is: Mrs Liviana Borghese at 01139-0434-307938 or email:
[email protected]. NOTE: In order to be awarded by the U.S. Government, the company must have a Data Universal Numbering System (DUNS) number. If you do not have one, it is suggested that you contact Dun and Bradstreet and request one by calling: 902-44-66-88. Failure to have a DUNS number at the time of award may delay the award and depending on the criticality of the project, may cuase to award to the next qualified best value offeror who has a DUNS number. All contractors are advised that they should be registered in the Central Contractor Registry (CCR), contracts cannot be awarded to unregistered contractors. Registration can be made on line at www.ccr.gov NOTE: You must have a DUNS number and a NATO Commercial and Government Entity (NCAGE) Code to register. You can obtain a Nato Cage code filling out the form found in: http://www.dlis.dla.mil/Forms/Form_AC135.asp However, do not delay submitting your proposal pending receipt of a DUNS number or CAGE code. Proposals are due to the Contracting Office by 12:00PM (local Aviano AB time) on 03 MARCH 2008. Primary point of contact: LIVIANA BORGHESE , Contract Administrator, TEL: 01139-0434-307938, FAX: 01139-0434-308758 or email: liviana.borghese @aviano.af mil Secondary Point of contact: ORNELLA BRESIL, Contracting Officer, TEL: 01139-0434-307952 FAX: 01139-0434-308758 or email:
[email protected]
Bid Protests Not Available