This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ). Submit only written quotes for Carestream revolution. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. This solicitation is a Buy Indian Set Aside. The associated NAICS code is 334510 with a size standard of 1,250 employees.
This RFQ contains two (2) Line Item:
CLIN
DESCRIPTION
QTY
UNIT
Unit Price
TOTAL
0001
GE VOLUSON ULTRASOUND MACHINE
1
EA
0002
Trade in of AcusonSequoia and LOGIQ 5
1
LOT
PERIOD OF PERFORMANCE: 45 Days ARO
Vendor Requirements:
Submit Quotes no later than: 08/04/2021 @ 10:00 am CST to the Following Point of Contact: Sean Long Email: [email protected]
Questions and Answers: N/A
Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price 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:
Lowest Price Technically Acceptable
To be considered technically acceptable you must meet or exceed the specifications listed in statement of work and SHALL BE COMPATIBILE WITH CARESTREAM PACS SYSTEM.
VENDORS SUBMITTING OR EQUAL ITEMS MUST SUMBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED.
This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive.
PROVISIONS: The following FAR provisions apply to this solicitation:
FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote).
CLAUSES: The following FAR clauses apply to this solicitation:
FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.
Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. ([email protected])
Mail quotations to Claremore Indian Hospital, Attn: Sean Long, 101 S Moore Ave, Claremore, OK 74017. NO late quotes will be accepted.
All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote.
For additional information, please contact the Contracting Officer, Sean Long [email protected] or (918) 342-6509.
SPECIFICATIONS
GE Voluson E10 BT21
1. General Requirements
1.1 Description of Requirements
Claremore Indian Hospital (CIH) Radiology Department seeks to procure a GE Voluson E10 General Ultrasound machine to perform Obstetrics, Gynecology, Abdomen, Cardiac, Small Parts and Vascular exams. The GE Voluson E10 ultrasound machine has interchangeable transducers that can be used with our Current GE Vivid E9 Ultrasound machine. This will enhance patient work-flow and allow for surplus probes in the event of malfunction.
1.2 Delivery Location
Claremore Indian Hospital
Radiology
101 S. Moore
Claremore, OK 74017
1.3 Specifications
a. Voluson E10 BT21
• High Resolution 22” OLED Monitor
• Radiance System Architecture
• Radiantflow
• SlowflowHD and Slowflow3D
• HDlive* Technology
• Advanced VCI with OmniView
• Uterine Trace
• Advanced STIC & eSTIC
• Advanced Fetal Echo
• fetalHQ
• Scan Assistant
• Automation Technology with SonoCNS, SonoBiometry,
SonoNT, SonoIT
• XDclear Probes
• Volume Matrix Technology
• High Frequency Transvaginal Imaging
• Electronic 4D Technology
• 3D Printing Capabilities
User Interface
Operator Keyborad
Floating Keyboard:
• Rotation: adjustable +/- 38° from center
• Height adjustable + 195 mm (7.9”)
Full-sized, backlit alphanumeric keyboard
Ergonomic hard key layout
Interactive backlighting
Integrated recording keys for remote control of up to 6
peripherals or DICOM® devices, one dedicated DVD recording
key.
Touch Screen
Monitor
System Overview
Exam Types
Operating Modes
Privacy and Security Functionality
System Standard Features
Cine Features
b. 9L-D Linear Array Probe
c. ML6-15-D Matrix Linear Array Probe
d. C1-6-D XDclear* Convex Array Probe
e. RAB6-D Ultralight Real Time 4D Convex Array Probe
f. RIC5-9-D Real Time 4D Microconvex Probe
g. Advanced Volume Contrast Imaging (VCI) with OmniView
h. ECG Digital Module
i. B/W Printer UP-D898DC USA Kit
j. Training
1.4 Contractor Furnished Property, Facilities and Services
a. The Indian Health Service requires the contractor to provide all tools, parts and
labor for this contract.
b. Trade-in required for AcusonSequoia and LOGIQ 5 to include the Voluson EDGE Discount of $10,000.
c. Installation, set-up and training of GE Voluson E10 unit will be completed by GE certified service engineer. Contractor will ensure the unit’s communication and compatibility with Carestream PACS system.
d. One year warranty and service coverage, to include remote service and support, will be included with purchase of GE Voluson E10.
1.5 Technical Points of Contact
Stephanie McAlvain
Radiology Supervisor
Phone (918)342-6207
E-mail [email protected]
1.6 Invoicing
Invoices shall include the following information:
a. Contractor Name, Address and Phone Number
b. Date of Invoice
c. Unique Invoice Number
d. Basic Contract Number as shown on the OF347 award document
e. Modification Number (if applicable)
f. Title of Invoice
g. Description of Work relating to Invoice
h. Invoice Amount
An original invoice shall be submitted upon completion of services to:
Oklahoma City Area Indian Health Service
Office of Financial Management
Attn: Denise Karr
701 Market Drive
Oklahoma City, OK 73114
With a courtesy copy to:
Claremore Indian Hospital
Attn: Stephanie McAlvain
101 S. Moore
Claremore, OK 74017
Phone 918-342-6207
Email: [email protected]
1.7 Contact with Indian Children
Individuals providing services which involve regular contact with, or control over, Indian children, are subject to a character investigation. IHS personnel offices will conduct these investigations following award of non-personal services contract unless in the judgment of the Contracting Officer, in consultation with the personnel Officer, investigation may be waived based on prior investigation on file. Until the Contracting Officer has been notified of the result of the investigation, such individuals shall not have unsupervised contact with Indian children.