Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

65 -- GE Giraffe OmniBed with accessories

Notice Date
8/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, Maryland, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N6264508RCES235
 
Archive Date
9/17/2008
 
Point of Contact
Shannon Lertora,, Phone: (301) 619-0287, Burzie C Baker III,, Phone: 301-619-0707
 
E-Mail Address
shannon.lertora@med.navy.mil, burzie.baker@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The Request for Proposal number is N6264508RCES235. Provisions and clauses in effect through Federal Acquisition Circular 05-26 are incorporated. 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.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 339113, with a small business size of 500 employees. There is no set aside restriction for this solicitation. All qualified vendors are encouraged. The Naval Medical Logistics Command requests responses from qualified sources capable of providing Giraffe OmniBed systems with accessories. The only acceptable manufacturer is GE Healthcare. All parts and equipment must be new from GE Healthcare, not refurbished or acquired through a third-party. Quotes shall only be accepted from the manufacturer or authorized GE Healthcare resellers. The Government contemplates award of a firm fixed price contract. Salient Characteristics: The requirement is for a Giraffe OmniBed system with accessories. The systems shall consist of: - Giraffe OmniBed (Item Number 6650-0004-901, QTY 6) - Giraffe OmniBed Hood Cover (Item Number 6600-0825-800, QTY 6) - Tubing Management Arm (Item Number 6600-0837-800, QTY 6) - High Frequency Vent Porthole Cover (Item Number 6600-0838-800, QTY 6) - Instrument Shelf 12inx12in, 90 degree rotation (Item Number 6600-0865-700, QTY 6) - Corner Tray – SE and NW (Item Number 6600-1793-500, QTY 6) - Corner Tray – SW and NE (Item Number 6600-1794-500, QTY 6) - Giraffe Exam Light 120V – IEC Plug (Item Number 6600-0832-801, QTY 6) - Rotating IV Pole (Item Number 6600-0851-800, QTY 6) - Service Manual, North America (Item Number 6600-0834-801, QTY 1) - Giraffe® Spot PT Lite™ English – Giraffe plug (IEC plug) (Item Number 6600-0833-800, QTY 6) - Infant Care Installation Fee (Item Number M1121896, QTY 6) - Master Training (onsite) (Item Number M1110260, QTY 1) Regulatory Requirements: The Giraffe OmniBed systems and all of their components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. Delivery: On-site delivery at the National Naval Medical Center Bethesda, Maryland. Responsibility and Inspection: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control. FAR Provisions & Clauses: 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; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; 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. In compliance with said clause, the following FAR clauses apply: 52.222-3, Convict Labor; 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 with disabilities; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.247-34, F.O.B. Destination; DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data—Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price meeting or exceeding the non-cost factor (technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror’s total price for all line items as delivered to Bethesda, Maryland. This acquisition is being conducted under FAR 12.6 Streamlined Procedures for Commercial Items. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technical Features Meeting/Exceeding Minimum Requirements 2. Price (all CLINs shall be priced) The offeror’s initial proposal shall contain the offeror’s best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Quote/Proposal Instructions: Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to Shannon Lertora at Shannon.Lertora@med.navy.mil. Proposals are due by 1200 Eastern Time on 02 SEPTEMBER 2008. Any questions must be addressed to Shannon Lertora by email only NLT 27 AUGUST 2008. No phone calls accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9db7991406dd89552b95deb7d1778c31&tab=core&_cview=1)
 
Place of Performance
Address: Bethesda, Maryland, 20889, United States
Zip Code: 20889
 
Record
SN01643922-W 20080820/080818222101-9db7991406dd89552b95deb7d1778c31 (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.