This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The solicitation number is 17-242-SOL-00093 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of $15.00.
Only one award will result from this solicitation.
FOB Destination to the following Indian Health Service facilities:
Zuni Indian Hospital
Route 301 North "B",
Zuni, New Mexico 87327
Quantity: 1
The Indian Health Service requires the following items:
Salient Characteristics per the Brand Name or Equal clause FAR 52.211-6 Brand Name or Equal (Aug 1999).
Acuson S2000 Mainframe
Part Number: 10041461
Ultrasound System
Quantity: 1
Manufacturer: Siemens
Parts Number Description:
11147851, S2000 VD10x SW Software
11147936, S2000 with Touch Control
11147856, S2000 VD10X English Keyboard
10041486, 115V Power Supply
10041489, S2000 NTSC Video Interface
11148764, Sony B/W Printer, S2000, VD10x
10041542, S2000 OEM HW 2
10042998, S2000 General Imaging Tech Basics
10854218, S2000 Wireless Connectivity
10853425, Multimodality Review S2000
10041507, S2000 Clarify VE (Vascular Enhancement)
10041518, S2000 eSie Touch Elasticity Imaging
10854250, MC9-4 Transducer S2000
10041584, 4V1 Transducer (MP), S2000
10041588, 9L4 Transducer (MP), S2000
11147413, 1816 HD Transducer (MP), S2000
10854033, 6C1 HD Transducer, S2000
11147800, S2000 VD10X GI Base System
11147933, S2000 Gel Warmer
US_APPS_INC
L2D, Ultrasound Apps Training 2 Days included
NANOOEM000
Trophon EPR
4USSVC16 - Additional Manual for S2000
US_BIOMD_CMP_TRN, Training
Trade-in Allowance:
Toshiba Aplio 50, SN D4553251 with transducer
Question Submission: Refer to Request for Quote 17-242-SOL-00093 when requesting information regarding solicitation via e-mail to [email protected].
All responsible Offerors that respond to this solicitation must comply with the below terms and conditions may result in offer being determined as non-responsive.
Offerors shall submit proposals containing "all or none" responses. Partial orders and backordered offers will not be accepted.
Brand-Name or Equal will apply to this announcement; To be considered for award, offers of "equal" products, including "equal" products of the brand name must meet the salient physical, functional, or performance characteristic specified in this solicitation; to clearly identify the item by-Brand name, if any; and Make or model number.
New equipment only; no remanufactured/recovered material/reconditioned or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty.
Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
Basis for Award: Award will be based on the lowest reasonable and realistic price received. If providing an equal product, it must meet the salient characteristics of the Items in section. Provide literature for equal product in order to be evaluated and considered for award.
Quote must be good for 30 calendar days after close of solicitation.
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7, System for Award Management; FAR 52.211-2 Brand Name or Equal; FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.229-3 Federal, State and Local Taxes; FAR 52.232-1 Payments; FAR 52.232-40 Providing Accelerated Payments to Small Business; FAR 52.247-32 F.o.b. Destination; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-13, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-33, 52.222-18, 52.223-1, 52.225-13, 52.232-33, 52.232-34, 52.232-36. To view the full text of the referenced FAR clauses offorers may be access the website at https://www.acquisition.gov/browsefar
Response time: Requests for quotation will be accepted at the Albuquerque Area Indian Health Service (AAIHS). 4101 Indian School Rd, Albuquerque, NM. 87110 No Later Than: 5:00 PM Mountain Standard Time on September 14, 2017, Email quotes are acceptable (preferred) and can be sent to Genevieve Monk at [email protected] or faxed (505) 256-6848.