Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
SOLICITATION NOTICE

65 -- GE MARQUETTE MAC 5000 EKG MACHINE

Notice Date
7/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FM449762350156LDBEKG
 
Response Due
8/3/2007
 
Archive Date
8/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Number FM449762350156LDBEKG 2-GE Marquette MAC 5000 EKG Machines THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. FIRM FIXED PRICING IS REQUESTED. THIS SOLICITATION DOCUMENT AND INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2005-018. All quotes must be sent to Lenore D. Brock VIA email at lenore.brock@dover.af.mil, or VIA FAX TO: 436 CONTRACTING SQ/LGCB, ATTN: Lenore Brock, Bldg 639, Room 242, Dover Air Force Base, DELAWARE 19902-5639. FAX (302) 677-5217. VOICE PHONE (302) 677-2045. Please contact TSgt. Shawn ODonnell at (302)677-4969 or email: shawn.odonnell@dover.af.mil if unable to reach Lenore Brock. PLEASE RETURN NOT LATER THAN (NLT): 4:00 p.m. EST 3 August 2007. SUPPLIES/SERVICES CONTAINED IN THIS QUOTATION ARE FOR DELIVERY FOB DESTINATION TO DOVER AFB, DE 19902 NAICS 334510. FSC 6515. TOTAL SMALL BUSINESS SET ASIDE; BUSINESS SIZE STANDARD 500 EMPLOYEES OR LESS. NONMANUFACTURERS ARE SUBJECT TO A SIZE STANDARD OF 500 EMPLOYEES. SUPPLIES FURNISHED UNDER THIS REQUEST FOR QUOTATION ARE OF DOMESTIC ORIGIN UNLESS OTHERWISE INDICATED BY QUOTER. QUOTATIONS FURNISHED ARE NOT OFFERS. THIS REQUEST DOES NOT COMMIT THE GOVERNMENT TO PAY ANY COSTS INCURRED IN THE PREPARATION OF THE SUBMISSION OF THIS QUOTATION OR TO CONTRACT FOR SUPPLIES OR SERVICES. NOTE 1: Wide Area Workflow is the Dept. of the Air Force mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. NOTE 2: The On-Line Representations and Certifications (ORCA) the Dept. of the Air Force mandatory system for offeror representations and certifications (See FAR Clause 52.212-3 following). More information can be found at https://orca.bpn.gov/. If selected for award the vendor tax identification number (TIN) will be required. AWARD WILL BE MADE BASED ON PRICE AND THE REQUESTED ITEMS BEING DELIVERED, AND INVOICED NO LATER THAN 28 SEP 07. ITEM (S) REQUIRED: UNIT PRICE EXTENDED ITEM NO. QTY NOMENCLATURE DESCRIPTION 1 2 GE Marquette MAC 5000 EKG machine with color screen to include cart and freight or equal. Minimum Salient Characteristics: 1. ECG Intrerpretation: Adult and pediatric analysis to include vectorcariography 2. 15-lead analysis 3. ECG analysis frequency-500 samples/second (SPS) 4. ECG storage ? 150 typical or more, 200 ECGs or more on removable media 5. Digital sampling rate: 4000 samples/second/channel or higher 6. Disconnected lead detection 7. Display: 640x480 pixels or higher 8. Display Data: Heart rate, patient name, clock, waveforms, lead labelsm speed, gain and filter settings, warning messages 9. Paper type: Thermal, z-fold or fan-fold, perforated 10. Paper size: 214.63mm X 280mm and 210mm X 297mm 11. Power: AC power or battery. Battery must be user replaceable, 18V rechargable NiMH, 6 hour continous display 12. Height: 3.7 in or smaller with display closed 13. Width: 15 in 14. Weight 16lbs or lighter including battery without cart 15. Must include two copies of operator?s and repair manuals 16. No refurbished equipment Clauses following may be viewed at http://farsite.hill.af.mil/vffar1.htm The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items; 52.219-6, Notice of Total Small Business Set-Aside. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-19, Child Labor?Cooperation With Authorities and Remedies; FAR 52.222-3, Convict Labor; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity; FAR 222.21, Prohibition on Segregated Facilities; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.211-7003, Item Identification and Valuation; DDFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; FARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Invoices; The clause at AFFARS 5352.201-9101 Ombudsman. The Government reserves the right to award on a multiple award or an all or none basis.
 
Place of Performance
Address: MEDICAL LOGISTICS, 300 TUSKEGEE BLVD, DOVER AFB, DE
Zip Code: 19902
Country: UNITED STATES
 
Record
SN01354771-W 20070729/070727221301 (fbodaily.com)
 
Source
FedBizOpps 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.