Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2008 FBO #2323
MODIFICATION

65 -- Sleep Lab

Notice Date
4/4/2008
 
Notice Type
Modification/Amendment/Cancel
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063, UNITED STATES
 
ZIP Code
89191-7063
 
Solicitation Number
FM485272290749
 
Response Due
4/11/2008 12:00:00 PM
 
Archive Date
5/11/2008
 
Point of Contact
Richard Bush, Contract Specialist, Phone 702-652-9573, Fax 702-652-5405, - Samantha DeLucia, Contract Specialist, Phone 702-652-9577, Fax 702-652-9570
 
E-Mail Address
richard.bush2@nellis.af.mil, samantha.delucia@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. This requirement is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The NAICS code for this is 423450. The size standard for a small business under this NAICS code is 500 employees. This RFQ is being submitted as a restricted solicitation open to small businesses only. This is a commercial item. The requirement is for a (1) each Alice 5 Sleep Laboratory or equal. This product includes the follwing line items: LINE ITEM 1- Base Station device to be located in patient room connecting amplifier, IP video, Ip intercom, Bi-Level titration device and eight analog inputs; Please include Standard CAT-5 cable interface to a Windows based computer or network. Should also act as a 60 GB digital video file repository. LINE ITEM 2- 2 Each Headbox/Amplifier inputs: (21)EEG (19+ Ref?s), (2)EOG (2 Biased Channels), (1)Chin EMG, (2)Leg EMG, (2)Diferential Channels, (6) Computed ECG, (2) Computed Pulse Transit Time, (1) Patient Microphone, (1)Thermistor based Airflow, (1) Pressure Based Airflow, (1) chest effort, Abdominal effort, (2)Actimeters, (1) body Position, (1) Oximetry, Masiom MS-7 builti n with multiple channels, (2)Auxiliary Configurable Inputs, (55)Total Available Inputs with Base Station. Collection rate up to 2000Hz, (4) independent user defined channel displays, digital reference and signal processing. Perform PSG,MSLT,MWT,NPT. On-Screen Notes.Continuous real-time impedance measurement, real time scoring capability, and auto assist scoring. Also should have Patient file Utilities to aid in management of data on your network and data archival. Microsoft word based reports. Paper and digital user manuals and digital hardware manual. LINE ITEM 3-(2)Amplifier wall Bracket to mount bedside or in bathrooms etc. LINE ITEM 4-(2)Amplifier Shoulder Strap LINE ITEM 5 ?(2)Amplifier to base connecting cable (single patient cable with quick-connect/disconnect LINE ITEM 5-(2)Speakers for intercom LINE ITEM 6-(2)microphone (VoIp Intercom/Ambient sound) LINE ITEM 7-(2) Mouse pads LINE ITEM 8-System Set-Up Guide (digital) LINE ITEM 9 ?Base Station Isolated Power Supply. LINE ITEM 10-Software to support sleep lab LINE ITEM 11- (2) Cabling should be CAT5 ethernet cable with RJ45 connections, power supplies, coaxial cable and power cord LINE ITEM 12-(1) 16 Port network Switch LINE ITEM 13-(2) Adult or infant sensor Accesory kit-PTAF Lite nasal pressure monitor, pro-Flow Plus nasal/oral e-pack, pro-flow adult Nasal Cann E-Pack, Adult ECG electrodes, ECG Lead set, 4-wire, EEG/EMG/EOG leads (72 in) qty 20, EEG/EMG/EOG leads (120 in) qty 10, Body Position sensor, snore microphone, patient cable oximeter sensor, multi-site reusable sensor Massimo, large adult airflow sensor, adult effort sensors qty 2, electrode prep, electrode cream. LINE ITEM 14- (280) Comfort Series Masks LINE ITEM 15- (Optional)(2) Desktop (mini-tower) Computers 3.0 GHz Pentium 4, 400 MHz system bus Speed, 1M Cache, 512 MB 333 MHz DDr RAM, 80 GB SATA/100 (7200 RPM) 1.44 MB 3.5 inch floppy drive, Windows XP professional Service pack 2, Dell USB 2-Button optical Mouse with Scroll, Integrated 10/100/1000 Intel gigabit network Card, 48x Max CD-Rw drive, SoundBlaster live! 5.1 Digital Sound Card, 64 MB ATI radeon X300 PCI Graphics Card. Microsoft Office 2003 Basic Edition. (Warranty-3-Year next business Day Onsite Parts/Labor via CPU ManufacturerLINE ITEM 16-(2)20? High Resolution flat Panel Color Monitor LINE ITEM 17-(1)Laser Printer LINE ITEM 18- (1) ARM Electronics Analog Bullet camera w/ IR LINE ITEM 18-(1)Four Port Video Server LINE ITEM 19 synchrony S/T LINE ITEM 20-(2)H2 Humidifiers LINE ITEM 21-(1)PC direct software Quotes should be in the following format: price for each line item independently and total price for all line items combined. Award will be made on an best value basis, which includes price, delivery time, warranties available, and technical evaluation by end-user. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. The following factors will be used to evaluate the offer: price, delivery, and technical capability. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I.The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.232-18, Availability of Funds, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award; FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database and also have ORCA certications (https://orca.bpn.gov). to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please fax quotes to the attention of SrA Richard K. Bush at 702-652-5405. Quote will also be accepted by e-mail at richard.bush2@nellis.af.mil. Please contact SrA Bush with any questions/concerns at 702-652-8450. Quotes are due on or before 12 pm (noon) Pacific Daylight Time, 11 March 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=803492ce21bd7a4c9ac624aa6c08432a&tab=core&_cview=1)
 
Place of Performance
Address: Nellis Air Force Base, Nevada
Zip Code: 89081
 
Record
SN01547434-W 20080406/080404220218-803492ce21bd7a4c9ac624aa6c08432a (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.