Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
MODIFICATION

66 -- Gould/Poneham 8 Channel tissue Bath Acquisition and Analysis System

Notice Date
9/3/2003
 
Notice Type
Modification
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
MDA905-03-T-0256
 
Response Due
9/17/2003
 
Archive Date
10/2/2003
 
Point of Contact
Danny Price, Procurement Analyst, Phone 301-295-3127, Fax 301-295-1716,
 
E-Mail Address
dprice@usuhs.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), the Department of Defense Medical School and Health Sciences University, Bethesda, MD intends to procure a Gould/Poneham 8 Channel Tissue Bath Acquisition and Analysis System. This notice serves as a Request for Quotes (RFQ) for this commercial item of equipment to be procured on a brand name or equal (BNE) basis. The 8 Channel Tissue Bath Acquisition and Analysis System consist of the following components (the Gould/Poneham part numbers are provided to assist interested parties in identifying the component parts of this system). CLIN 0001, Qty-1 Ea, Part No. 11-4183-09, AMP Case 6600, 8 Channel Port Tissue Bath, with the following features/specifications: accepts all 6600 series signal conditioners; selectable output voltages and; multiple analog output connectors; CLIN 0002, Qty – 1 Ea, Part No. 13-6615-50; AMP 6600 Transducer, with the following features: 1 to 5000 mm Hg differential input; variable front panel calibration; auto balance; zero suppression; CLIN 0003, Qty- 1 Ea, GM2, Part No. 269500-8644; CLIN 0004, Qty – 1 Ea., XDCR Microscale UL5 forGM2/GM/3, Part No. 369500-8621; CLIN 0005, Qty. – 1 Ea., XCDR MountingBracket for GM2/GM3, Part No. 369500-99560; CLIN 0006; Qty 1 Ea., PTP Type 2 Acquisition System, with the following features: 8 Channel Ponemah (BNE) Tissue Platform (Type 2); Software; Software Key, Reference Manual, ACQ-16 Acquisition Interface Unit, EPP Interface Card, Parallel Port Cable, BNC to BNC Interface Cables; Part No. PNM-PTP-010; CLIN 0007, Qty – 1 Ea., Event Acknowledge Unit, 8 Channel, with I/O Interface Board and Cable; Part NO. PNM-EA800W-8; CLIN 0008, Qty – 1 Ea., DC800W TA Recorder 200 MM Windows, with thermal Array Recorder, 200mm, Part No. P01335; CLIN 0009, Qty – 1 Ea., DC800W Control Recorder Software Driver Kit, with Software, Reference Manual, Parallel Prot cable, and one (1) case of thermal paper, Part NO. PNM-CRS800W; CLIN 0010, Qty – 1 Ea., System Controller Pentium 98, with Pentium 4 – 1.4 GHZ Computer, with Mini Tower Chassis, 32 MB APG Graphics, Integrated Network Interface, Integrated Audio w/Speaker, 256 MB RAM, 40 GB EIDE Hard Drive, 1.44MB Floppy Drive, 16X DVD-Rom Drive, 12X CD-RW Drive, Keyboard, Mouse, MS Windows 98 FAT 32; Part No. P01600; CLIN 0011, Qty – 1 Ea., Color Monitor 19” , Dell P991 Monitor; Part No. P01819; CLIN 0012, Qty – 1 Ea., Operational Training – Medical, on-site training for one day, Part No. T99012; CLIN 0013, Qty – 1 Ea., 8 Channel Tissue Bath System (Glassware, pump, etc.), Part NO. RADNOTI. DELIVERABLES: Entire 8 Channel Tissue Bath Acquisition System with all components will be delivered as specified in the schedule. DELIVERY: Delivery shall be FOB: Destination. Delivery shall be made between 7:30 AM and 4:00 PM Monday through Friday, excl. Federal holidays, and shall be scheduled with the COR named at the time of award. PACKING and SHIPPING: Standard Commercial packaging and shipment will be used. DOCUMENTATION: Upon completion of installation and acceptance testing, the contractor shall provide two(2)sets each of all equipment/software manuals for the system and associated accessories and peripherals. Final payment shall not be made until such documentation is received and accepted by the Contracting Officer. WARRANTY: A standard commercial warranty shall be provided for the software and equipment. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items and 52.211-6, Brand Name or Equal, applies to this acquisition.tractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items and 52.211-6, Brand Name or Equal, applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature for the proposed equipment and software, and the FAR 52.212-3 – Offeror Representations and Certifications – Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. Addendum to FAR clause 52.212-2 Evaluation Factors for award is applicable and any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability of the equipment, past performance, and price. Technical capability is significantly more important than past performance and price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Technical capability shall be based on product literature, technical features and/or warranty provisions. Each vendor’s offer is required to submit licensing (if applicable), descriptive literature, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as stated in the specifications or is equal to that of the Brand Name product specified above. 2) PAST PERFORMANCE: Vendor’s reputation and history of demonstrated performance will be evaluated to determine ability to provide the equipment, install and make operational at Government site. Vendors shall provide three references, to include names and phone numbers, where similar equipment has been installed by their company; 3) PRICE: Price includes all equipment, software, software licensing, training, warranty costs, discount terms, and transportation costs. Evaluation is based on best value including cost and ability to meet stated requirements above. Vendor offer shall include descriptive literature, equipment specifications and detailed drawings as applicable. Evaluation is based on best value including cost and ability to meet stated requirements above. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that all offers provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USUHS/BethesdaMD/MDA905-03-T-0256/listing.html)
 
Place of Performance
Address: Uniformed Services University of the Health Sciences 4301 Jones Bridge Road Bethesda, MD
Zip Code: 20814-4799
Country: United States
 
Record
SN00424562-F 20030905/030903214021 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.