SOLICITATION NOTICE
65 -- STERILIZERS
- Notice Date
- 8/29/2005
- Notice Type
- Solicitation Notice
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
- ZIP Code
- 21702-9203
- Solicitation Number
- N62645-05-T-0109
- Response Due
- 9/13/2005
- Archive Date
- 9/28/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for quote number is N62645-05-T-0109. Provisions and clauses in effect through Federal Acquisition Circular 2005-04 are incorporated. NAICS 423450. The Naval Medical Logistics Command intends to negotiate (IAW FAR 6.302-1) with Advanced Sterilization Product, a Johnson and Johnson Company, as the only source that can provide Hydrogen Peroxide Plasma Sterilizers cleared by the Food and Drug Administration for marketing for medical applications in the United States. 1) SALIENT CHARACTERISTICS: The systems shall have the ability to sterilize (as defined by the ANSI/AAMI standards) medical material subject to damage due to temperatures in excess of 150 degrees Fahrenheit. The systems shall use hydrogen peroxide plasma as a sterilant, minimizing the operator exposure to hazardous chemicals. The units shall operater from available line power, which in every case is 60Hertz, but which can be any combination of 115 VAC, 230 VAC, 208 VAC/3 phase. The units shall not place any significant heat load on the operating space ventilation system. The systems shall be of three types, Type I, Type II, and Type III as defined: Type I units shall be cleared for marketing for sterilization of flexible endoscopes with interior lumens; Type II units shall be cleared for marketing for use on most medical material excluding cellulose, but at least those products for which the Sterrad 100S is cleared. The fastest cycle time for these units shall not exceed 60 minutes, and the minimum chamber capacity shall not be less than 3.4 cubic feet; Type III units shall be cleared for marketing for use on most medical material excluding cellulose, but at least those products for which the Sterrad 200 is cleared. The fastest cycle time shall not exceed 80 minutes, and the minimum chamber size shall be at least 5.2 cubic feet. Each product shall be provided with all normally provided material and accessories and warrantees, which shall include operator manuals for each unit. 2) REGULATORY REQUIREMENTS: The products offered sahll comply with the applicalbe laws for selling a product into commerce in the United States, including the requirements of the Food and Drug Acts, specifically those requirements requlating medical products, and notification to the FDA regarding internt to market a product in the United States. In addition, the product shall comply with the applicable standards of the National Fire Protection Association (NFPA), which include the National Electric Code (NEC) and the NFPA 99 Healthcare Facilities. 3) SYSTEM AND DELIVERY REQUIREMENTS: The systems shall be delivered and installed as follows: Two (2) Type I systems (Sterrad NX) shall be delivered to the Naval Medical Center Portsmouth, Portsmouth, Virginia; One (1) Type I system (Sterrad NX) and One (1) Type III (Sterrad 200) system shall be delivered to Naval Medical Center San Diego, San Diego, California; One (1) Type II system (Sterrad 100S) shall be delivered to Naval Hospital Guam, Agana Heights, Guam. If offerer installation is required to validate or protect the warranty of the product, the offerer shall install the products, in accordance with standard commerical practices and the applicable building and electrical codes for the location. 4) EVALUATION FACTORS: Technical proposals must include sufficiently detailed information to enable evaluation based on the four (4) factors listed below in order of decreasing priority: 1.) Equipment Factors: Maintenance and Repair; 2.) Human Factors: a.) Simplicity, b.) Ease of Use; 3.) Service: a.) Warranty, b.) Parts Availability, c.) Cost of Parts, d.) Serviceability, and 4.) Instruction Materials: a.) Operator?s Manual, and b.) Maintenance Manual. 5) PROPOSAL REQUIREMENTS: (1)Proposals are required to address all of the salient characteristics and other above requirements, and provide options for all asccessories available through the offerer for the use with the above equipment. The proposal shall include technical information to verify compliance with the requirements, including all current claims with respect to the capabilities of the systems. Proposals shall indicate those products and services normally included with the purchase of a unit as part of the unit price, and any products and services not normally included shall be lsited separately on the proposals. Proposals shall provide consideration for the trade in of the existing 8-year-old Sterrad 100S at the Naval Medical Center San Diego. In the event of a "no concur" an explanation must be provided to support. (2) For past performance, provide dates of contracts or purchase orders, both Government and commercial, for the systems sold commercially (minimum of 3 different locations) within the past 3 year period as follows: Name, address, POC and telephone number of the organization; contract or purchase order number and dollar value; date of contract or purchase order. Contract award will be based on: a) Determination of technical acceptability of items offered, and b) Determination of low price. Companies must be registered in CCR; provide DUNS number; Cage Code and TIN. Companies must also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. Addenda to this provision include FAR 52.247-34, F.o.b. Destination; DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. See numbered note number 22. Proposals shall be submitted by email only to Debra Walker-Sykes at dasykes@nmlc.med.navy.mil. Proposals are due by 4 p.m. on 13 September 05. Any questions must be addressed to Debra Walker-Sykes by email only, by 1 p.m. on 09 September 05. No phone calls accepted.
- Place of Performance
- Address: See body of description
- Record
- SN00881975-W 20050831/050829212337 (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 |