COMBINED SYNOPSIS/SOLICIATION 36C24618Q9660
X-Ray Specimen Radiography System equipment
(I)This is a combined synopsis/solicitation for commercial items 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 for this action. Quotes are being requested, and a written solicitation will not be issued.
(II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ 36C24618Q9660_1
(III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99.
(IV) Any amendments issued to this combined/synopsis will ONLY be available on the FBO website (www.fbo.gov).
(V) The Network Contracting Office 6-SAO East intends to award a firm-fixed price contract for the VAMC RICHMOND VA 23249-4916.
(VI) The North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1000 employees. This procurement is a set-aside for small business and all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. All SDVOSB s must be listed and registered in Vetbiz.gov to be considered for award.
(VII) Questions concerning this solicitation shall be addressed to Audrey Wooten Contract Specialist, and emailed to
[email protected]. All questions or inquires must be submitted no later than 10 AM Eastern Standard time on 08/23/2018. No phone call will be accepted.
(VIII) The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price technically acceptable. Quotes are due by 8:30am. Eastern Standard time on 08/27/2018 Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email Only to
[email protected] by the due date.
(IX) This combined solicitation/synopsis is for the purchase of the following commercial items:
PRICE/COST SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
1.00
EA
__________________
__________________
TRIDENT RC SPECIMEN RADIOGRAPHY SYSTEM
LOCAL STOCK NUMBER: TRI-00001
BRAND NAME OR EQUAL
Bidding on:
Meeting Salient Characteristics
Manufacturer name: _____________________
Brand:________________
Part No.:______________
0002
1.00
EA
__________________
__________________
ASSY, TRIDENT DETECTOR INCLUDED
LOCAL STOCK NUMBER: ASSY-04823
BRAND NAME OR EQUAL
Meeting Salient Characteristics
Bidding on:
Manufacturer name: _____________________
Brand:________________
Part No.:______________
0003
1.00
EA
__________________
__________________
KIT, UPS TRIDENT, DOM
LOCAL STOCK NUMBER: ASY-04636
BRAND NAME OR EQUAL
Meeting Salient Characteristics
Bidding on:
Manufacturer name: _____________________
Brand:________________
Part No.:______________
0004
1.00
EA
__________________
__________________
TRIDENT TRAINING, INITIAL VIDEO ON DEMAND (INCLUDED)
LOCAL STOCK NUMBER: TRI-TRAIN-INIT-01
Meeting Salient Characteristics
BRAND NAME OR EQUAL
Bidding on:
Manufacturer name: _____________________
Brand:________________
Part No.:______________
GRAND TOTAL
__________________
Functions to be performed;
Sharp, high quality images for rapid specimen verification.
One-touch X-ray automatic exposure control (AEC), a lighted specimen X-ray chamber and large active imaging area.
Ability to export images to the Hologic SecurViewî DX diagnostic workstation, McKesson PACS and other preferred output devices, or to a printer for hard-copy review.
Performance required;
Sharp Digital Images
One-touch X-ray control with AEC for fast image acquisition.
Large, 12 x 14 cm active imaging area; accommodates a wide range of surgical specimens and core biopsy samples.
Image optimization for added sharpness and lesion conspicuity.
Essential physical characteristics;
Fully integrated, maneuverable and ergonomic workstation.
User-friendly operator interface with minimal procedure steps to streamline workflow.
For use of radiologists, breast surgeons and pathologists
The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition
Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/
FAR Clauses:
52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (SEP 2013)
(MAY 2011)
52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (SEP 2013)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor Cooperation with Authorities and Remedies (MAR 2012)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-26 Equal Opportunity (MAR 2007)
52.222-35 Equal Opportunity for Veterans (SEP 2010)
52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013)
52.252-2 Clauses incorporated by Reference (FEB 1998)
VAAR Clauses:
852-211-70 Service Data Manuals
852.211-73 Brand Name or Equal (JAN 2008)
852.203-70 Commercial Advertising (JAN 2008)
852.232-72 Electronic Submission of Payment Requests (NOV 2012)
852.237-70 Contractor Responsibilities (APR 1984)
FAR Provisions:
52.204-7 System for Award Management (JUL 2013)
52.212-1 Instructions to Offerors- Commercial Items (JUL 2013)
1. Offeror shall provide an itemized list of the items
Offeror shall provide a quote addressing CLINS (0001-0004)
52.212-2 Evaluation-Commercial Items (JAN 1999)
Basis of award; The Government will award a firm fixed priced contract to the responsible offeror who is the lowest priced technically acceptable; Meeting the Salient Characteristics
52.212-3 Certifications and & Representations (NOV 2013)
52.211-6 Brand Name or equal (AUG 1999)
VAAR Provisions:
852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008)
852.233-71 Alternative Protest Procedure (JAN 1998)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
852.273-74 Award Without Exchanges (JAN 2003)
Bid Protests Not Available