Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2005 FBO #1372
SOLICITATION NOTICE

65 -- MEDTESTER AUTOMATED BIOMEDICAL TEST SYSTEM BASE UNIT

Notice Date
8/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-05-T-0205
 
Response Due
9/6/2005
 
Archive Date
9/21/2005
 
Point of Contact
Nick Delos Reyes, Purchasing Aagent, Phone 619-532-5289, Fax 619-532-5596,
 
E-Mail Address
nddelosreyes@nmcsd.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE INFORMATION IN far Subpart 12.6, using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued PAPER COPIES OF THIS SOLIC1TATION WILL NOT BE AVAILABLE.The RFQ number is N00259-05-T-0205. This solicitation documents and incorporated provisions and clauses in effect through FAC 2005-05. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses; www.arnet.gove/far and www.dtic.mil/dfars. The NAICS code is 334515. The size standard is 500 employees. This is small business set-aside. Naval Medical Center San Diego, Material Management Division request responses from qualified sources capable of providing:. 1. MEDTESTER Automated Biomedical Test System Base Unit (115VAC only), Model: 5000c, P/N: 2247382, Mfr: Fluke; INCLUDES: Opeartors Manual, Soft vinyl accessory pouch, 2 Kelvin cables and 2 ground pin adapters; MEASUREMENT PARAMETERS: Performs systems voltage/outlet test, load current, power cord resistance, enclosure and earth leakage, ECG lead leakage and isolation lead leakage. FEATURES: Fully automated electrical safety and biomedical instrumentation performance analyzer, Four operation modes: Manual, Autosequence, MedCheck, and Remote control. Qty: 4 Each, U/P: _________, Extended Amt: ___________ 2. INDEX 2XLF Pulse Oximeter Simulator (Optical Finger Simulation), P/N: 2250232, Model: INDX2LFUSA120V, MFR: Fluke. INCLUDES: Operators manual and battery charger, 115VAC; SIMULATION PARAMETERS: Simulate SPO2 from 35% to 100% with 1% resolution. Simulate heart rate from 30 to 250 BPM with 5 BPM resolution. Simulate pulse volume from three times greater than normal to 0.01% of normal. Simulate motion controlling motion, amplitude, rate, and saturation value. FEATURES: portability, 10 preloaded manufacturers R-curves, user-definable “makes” for most manufacturers, 6 downloadable R-curve locations, psychological finger for a complete SPO2 test, simultaneous simulation of motion and arterial oxygen levels, ability to vary the 50 and 60 Hz artifacts frequency by +/-4 Hz in steps of 0.3 Hz, arterial wave amplitude scale, calibrated in units of perfusion, Masimo R-curve, RS232 port, tap/shiver motion simulationslet you determine the impact of motion SPO2 performance, TLC, three new Philips R-curves. Qty: 2 Each, U/P: ________, Extended Amt:_________ 3. DIGITAL ELECTROSURGERY ANALYZER, P/N: 2251504, Model: ESU303RS-US120V; MFR: FLUKE; INCLUDES: Accessory Kit (active lead, CQMlead, dispersive lead, ground lead, two jumper leads) operators manual and power cord. MEASUREMENT PARAMETERS: Accurately test the following ESU functions: output power, HF leakage, and CQM. FEATURES: SAM, RS232 port, battery powered of completely isolated measurement, digital display, HF leak measurement, 4-digit numeric LCD with backlight and power save mode, interfaces with medTester 5000C via optional ESU autosequences module. Qty: 1 Each, U/P: ________, Extended Amt:_________ 4. 601 Pro Series XL, International Safety Analyzer (United States Version), P/N: 2250377, MODEL: ISA601PROXL-US, MFR: FLUKE; INCLUDES: INCLUDES: Operators manual, lead set, clamp, 5 banana/alligator adapters, power cord. FEATURES: EN60601-1, EN601010-1, and AAMI test loads, user selectable, multiple enclosure leakage points, multiple patient-applied part types, power ON/OFF delay, DC-only for patient and auxiliary leakage tests,preprogrammed sequences for EIC,AAMI AND VDE standards, user-programmable test sequences, manual, auto, step and computer control modes, 1 to 25 A protective earth resistance test circuit, improved data transfer, ASCII data transfer, memory for up to 1000 device information records. Qty: 1 Each, U/P: ________, Extended Amt:_________ 5. Shipping charge; Qty: 1 Lot, U/P: ________, Extended Amt:_________ This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (Oct 2003), 52.212-1 Instruction to Offerors-Commercial Items (Jan 2004), 52.212-2 Evaluation-Commercial Items (Jan 1999)-Technical capability and past performance, when combined are significantly more important than price; 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004), 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive orders-Commercial Items (Oct 2004), with the following clauses incorporated by reference in paragraphs (a) (1) 52.233-3 Protest after Award (Aug 1996)(31 U.S.C. 3553), (2) 52.233-4 Applicable Law for Breach of Contract (oct 2004)(Pub. L. 108-77, 108-78); (b) 52.219-6 Notice of Small Business Set-Aside (June 2003) (15 U.S.C. 644), 52.222-3 Convict Labor (June 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jun 2004)(E.O. 13126, 52.222-21 Prohibition of Segregated Facilities ( Feb 1999), 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled and Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.222.36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212)), 52.225-13 Restrictions on Certain Foreign Purchases (Oct 2003)(E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31U.S.C. 3332), 252.204-7004 Alt A Required Central Contractor Registration Alternate A (Nov 2003), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.252-2 Clauses Incorporated By Reference (FEB 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2004), with DFARS Clauses incorporated in reference (b) 252.225-7001 Buy American and Balance of Payment program (Jan 2004) (10 U.S.C. 10a-10d, E.O. 10582. Quotations will be evaluated based on technical capability, past performance, and price. Award will be made on an “all or none: basis. Will only consider firm fixed price quotations. Offeror must provide the unit, and extended amount, and grand total. Offeror must complete and submit with their quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004). Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. A Dunn and Bradstreet number is required to register. The offer due date is close of business on 09/06/2005. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-AUG-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/BUMED/N00259/N00259-05-T-0205/listing.html)
 
Place of Performance
Address: Naval Medical Center 34800 Bob Wilson Drive San Diego CA
Zip Code: 92134
 
Record
SN00881387-F 20050829/050827211813 (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.