The North American Industry Classification System (NAICS) code is 339112. The business size standard is 500 employees. The Federal Supply Class (FSC) is 6515. The Standard Industrial Classification (SIC) is 3841.
Travis AFB has a request for Olympus for a Endoscopic Ultrasonic Scanning System. The requirements are as follows:
Item # Item / Description Qty
1 Light Source, Fiberoptic -
CLV-180: EVIS Exer II high intensity 300W xenon light source for Olympus color CCD videoscope system with specially coated filters for Narrow Band Imaging and emergency 100Whologen lamp. Standard accessories: - Maj-1411 Light control cable (1 pc) - Maj-1412 Spare fuse (1 pc.) - MAJ-1433 Foot holder (1 pc.) Note: CLV-180 light source is not compatible with CV-160, 140, 100 1
2 Video Image Processor -
CV-180: EVIS EXERA II video system center with High-Definition and Standard Definition signal output, Narrow Band Image processing, electronic magnification of 1.2x and 1.5x memory card digital image recording, HD/SD serial digital interface, structural enhancement, picture-in-picture, digital-to-digital video recording, annotation and Olympus surgical products compatibility. Requires CLV-180 light source. Standard accessories: - MAJ-1428 CV-180 keyboard for EVIS EXERA II - MAJ-1430 Videoscope cable - MAJ-1462 HD/SD monitor cable - MAJ-1433 Foot holder for CV-180 - MAJ-1432 Spare fuse for CV-180 - MAJ-1466 Scope cable holder for CV-180 - MAJ-155 White balance cap set - MAJ-901 Water container - Power cord 1
3 Scanning System, Ultrasonic -
SSD-ALPHA10: Premium EUS processor compatible with all AL5 type ultrasound CLA endoscopes and the GF-UE160-AL5 1
4 General Purpose Equipment -
BR-1200: ENDOBRIDGE 1
5 Transducer -
GF-UC140P-AL5: Curvilinear array (CLA) ultrasound video gastroscope, compatible with the Aloka SSD-type processor, for fine needle aspiration (FNA) 2.8 mm channel diameter, 180 degrees ultrasound scanning angle, 125 cm working length, 11,8 mm insertion tube diameter, 55 degrees forward oblique direction of view, 100 degrees field of view, and angulation of 130 degrees up, 90 degrees down/right/left Standard set: - MAJ-249 Balloon cuffs (20 pcs.) - MAJ-675 Balloon applicator - MAJ-1443 Suction valve (autoclavable) - MAJ-1444 Air/water valve (autoclavable) - MB-142 Mouthpiece (2 pcs.) - MAJ-350 Adapter for inst. Channel - MJ-553 video connector, water resistand cap - MAJ-896 Ultrasound connector, water resistant cap - MAJ-853 Biopsy valves (10 pcs.) - NA-200H-8022 Complete FNA needle set (5 pcs.) Cleaning accessories set: - BW-20T Channel cleaning brush - BW-7L Channel cleaning brush (2 pcs.) - MAJ-629 Air/water cleaning adapter - MH-946 Injection tube - MH-507 Channel opening cleaning brush - MAJ-621 Channel plug - MH-856 Suction cleaning adapter - MH-974 Elevator wire washing tube 1
6 Pump, Irrigation, Endoscopic -
UWS-1: Water supply unit 1
7 Cart, Instrument with Accessories -
WM-WP1: EVIS EXERA II video procedure cart (wide)
MAJ-179: Sliding keyboard tray for WM-WP1, WM-NP1, WM-DP1
MAJ-183: Scope pole kit for WM-NP1, WM-WP1, WM-DP1 1
8 Monitor, Video with Rollstand -
OEV-261H: OLYMPUS 26" FULL HD LCD MONITOR
OL-0015-02: GCX STD ROLLSTAND 47-61.5" 25# MAX W/PWR SPLY HOLSTER & CORD
IS05117: CBL-SDI-BNCM-25 SDI video cable, BNC male to male, 25 ft. 1
9 Shipping 1
See attached copy of "Justification for Other than Full and Open Competition" letter for more details.
Delivery is to Travis AFB, CA 94535
Award shall be made in the aggregate, all or none.
The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in:
FAR 52.203-3, Gratuities;
FAR 52.203-6, Restrictions on Subcontractors;
FAR 52.204-4, Printed on Copied Double Sided or Recycled Paper;
FAR 52.212-1, Instructions to Offerors -- Commercial Items;
FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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: (i) technical capability of the item offered to meet the Government requirement is that it must meet the requirements identified above in this solicitation and (ii) price;
FAR 52.212-3, Alt 1 Offeror Representations and Certifications - Commericial Items
FAR 52.212-4, Contract Terms and Conditions - Commercial Items;
FAR 52.212-5, Contract Terms and Conditions (Deviation)
FAR 52.219-8, Utilization of Small Business Concerns;
FAR 52.219-28, Post-Award Small Business Program
FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities;
FAR 52.222-26, Equal Opportunity;
FAR 52.222-35, Equal Opportunity for Disabled Veterans
FAR 52.222-36, Affirmative Action for Workers with Disabilities;
FAR 52.222-37, Employment Reports on Special Disabled Veterans
FAR 52.222-50, Combating Trafficking in Persons;
FAR 52.233-4, Applicable Law for Breach of Contracts;
FAR 52.252-2, Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil;
FAR 52.252-6, Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2.;
DFARS 252.204-7003, Control of Government Personnel Work Products;
DFARS 252.209-7001, Disclosure of Ownership or Controlled by the Gov't;
DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled;
DFARS 252.211-7003, Item Identification and Validation;
DFARS 252.212-7000, Offeror Representations & Certifications - Comm'l Items;
DFARS 252.212-7001, (Dev) Contract Terms and Conditions;
DFARS 252.225-7001, Buy American Act and Balance of Payment Program;
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors;
DFARS 252.225-7012, Preference for Certain Domestic Commodities;
DFARS 252-232-7003, Electronic Submission of Payment Requests;
DFARS 252.247-7023, Alt III Transportation of Supplies by Sea;
AFFARS 5352.201-9101 Ombudsman.
AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substance
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
Please send any questions to [email protected] or fax to 707-424-5189 NO LATER THAN 26 JULY 2010, 4:00 PM, PST and offers NO LATER THAN 2 AUG 2010, 4:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award.
Point of contact is Nancy Crowell, Contract Specialist, telephone 707-424-7775. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.