The RFP Database
New business relationships start here

Invasive Patient PCC Line Ultrasound System


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 solicitation, no. W81K02-17-T-0051, Purchase Request 0010953119, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-91. The associated North American Industrial Classification System (NAICS) Code for this procurement is 334510; Size Standard for small business is 1250 employees. RFQ is being issued as UNRESTRICTED. This requirement is for An Invasive Patient PCC Line Ultrasound System to be used at Madigan Army Medical Center, Joint Base Lewis-McChord (JBLM) Tacoma WA. The proposed purchase order is a one-time procurement for LINE ITEMS 0001 through 0009.
All responsible Contractors shall provide an offer for the following Brand Name or
Equal Products:


LINE ITEM 0001: 9770501 Ultrasound w/ Pinpoint GT Probe EA 00002
LINE ITEM 0002: 3CG TCS Sensor EA 00002
LINE ITEM 0003: MER Stand EA 00002
LINE ITEM 0004: SR 8 Dicom Software Key EA 00002
LINE ITEM 0005: SR 8 Diamond Software Key EA 00002
LINE ITEM 0006: Keyboard EA 00002
LINE ITEM 0007: Shipping / Freight EA 00002
LINE ITEM 0008: 3 Year Extend Warranty, One Probe System EA 00002
LINE ITEM 0009: Training Phantom EA 00002



SALIENT CHARACTERISTICS:


Integrated Sherlock 3CGTM Diamond TCS technology which permits vascular access by allowing to visualize Peripherally Inserted Central Line (PICC) placements without the need for placement verification by chest X-ray, in turn allows real-time monitoring of the cardiac function throughout the procedure.

TECHNICAL SPECIFICATIONS:

System Specifications:
System Weight: 2.0 lbs. (0.9kg)
Dimensions: 5.9" L x 4.6" H x 2.0" W (149 x 117 x 52 mm)
-5mm. Diagonal LCD with Touch Screen
-WVGA Display Resolution
- 8 Bit Color Depth
Image Modes: 2D
Battery: 3 hours
-Gain
User Image Adjustments: -Depth (1,2,5,4)
Vascular Access Features: Estimated Final IV Catheter length in Vessel
Gauge Icons scaled to image.


Delivery shall be FOB Destination to Madigan Army Medical Center, Tacoma WA. Pricing quote shall include all applicable freight and fees.


EVALUATION OF FACTORS:


Award will be made based on Technically Acceptable, Lowest price.
The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation.


Technical Factors are more important than Price. Price must be determined to be fair and reasonable.


The following FAR solicitation clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.204-16 Commercial and Government Entity Code Reporting, 52.223-1 Biobased Product Certification, 52.232-33 Payment by Electronic Funds, 52.252-2 Addendum to 52.212-1 (Local Provision (5004), The following Addendum to FAR 52.212-4(c) (Local Clause (5003) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature.
The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6, 52.219-28 Post Award SB Program Re-representation, 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 Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right -to-know Information, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-39 Unenforceability of Unauthorized Obligations, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy, LC (5001) HIPAA, LC( 5002) IRAPT, 52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items(Deviation (2013-O0019).


The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials, 242.203-7002 Requirements to inform employees of whistleblower rights, 252.204-7003 Control of Government personnel work product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation),252.204 7015 Disclosure of Information to Litigation support contractors, 252.211-7003 Item Unique Identification and Valuation, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program, 252.225-7048 Export Controlled Items, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea, 252.244-7000 Subcontracts for Commercial Items and Commercial Components.


The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.hill.af.mil .


All vendors will be required to submit invoicing through the Wide Area Work Flow Suite electronic invoicing system, known as IRAPT (formerly WAWF).
Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov . Offers are due by 28 December 2016 @ 12:00 PM, Pacific Standard Time. Submit signed and dated offers via fax to Walter Bischoff at (360) 360-0787 or email: walter.j.bischoff.civ@mail.mil.
.
Contracting Office:


Regional Health Contracting Office-Pacific
Joint Base Lewis-McChord (JBLM), Health Contracting Cell,
673 Woodland Square Loop SE, Suite 101
Lacey WA 98503-1056


Place of Delivery:


Madigan Army Medical Center
Bldg. 9040 Fitzsimmons Drive
Tacoma WA 98433-5000


If there are any questions, please present your questions to; Walter J. Bischoff; Only by Email: walter.j.bischoff.civ@mail.mil


Walter J Bischoff, Purchasing Agent, Phone 3604860707, Email Walter.j.Bischoff.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP