SOLICITATION NOTICE
66 -- VMAX System and accessories
- Notice Date
- 7/8/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-PB-(HL)-2009-191-DDC
- Archive Date
- 7/28/2009
- Point of Contact
- Deborah - Coulter, Phone: (301) 435-0368
- E-Mail Address
-
dc143b@nih.gov
(dc143b@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NHLBI-PB-(HL)-2009-191-DDC and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-33 (6/15/2009). The North American Industry Classification (NAICS) Code is 334510 and the business size standard is 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is not set aside for small business. It is the intent of the National Institutes of Health (NIH) National Heart, Lung and Blood Institute to procure the services from Viasys Respiratory Care Inc., 22745 Savi Ranch Parkway, Jorba Linda, CA 92887-4645 for the following: 1.Part Number: 777410-101 Model VMAX Encore 229C system with the following accessories. The complete system will consist of a quantity of two (2) each and a trade-in of Part #SMCTRADE-IN, quantity two (2) each. 2.Part Number: 769259, I/O Interface ASSY (TEST) VMAX 3.Part Number: 776194-101, Cardio V4mdl37 ECG OEM/US 115 VAC 4.Part Number: 96010, Monitor 17” flat panel 1704 Dell 5.Part Number: 467203, AS500 Sound Bar for Dell 1703FP MTR 6.Part Number: 772536-101, Tango SYS Corina I/FACE ENG 120 VAC 7.Part Number: 464698, Holder PT Cable Corina Ergometet 8.Part Number: 464692, Cardiosoft Full Disclosure Storage 9.Part Number: 464695, CBL Corina to Suntech 4140/TANGO 10.Part Number: 769585-TDM-101, VIP ACCSSRY EXT Warranty T/M 1 year 11.Part Number: 776111-102, TRKMSTR TRDMILL DOM 220V MAN CNTRLS 12.Part Number: 776243-101, VIASPRINT 150P ANALOG ERGOMETER 13.Part Number: 769585-ERG-101, VIP ACCSSRY EXT Warranty ERGO 1 year 14.Part Number: 775140-101, ASSY CONSOLE 110V VMAX M BASIC 15.Part Number: 776268-104, IOS VMAX SERIES Option Console (D) 16.Part Number: 776149, Kit Dual Monitor with arm 17.Part Number: 775392, Hose Kit Trolley VMAX Spectra 229 18.Part Number: 770215, Hose ASSY DLCO.375TD VMAX 19.Part Number: 775144, Plate & BRKT ASSY Oximeter Console 20.Part Number: 467203, AS500 Sound Bar for Dell 1703FP MTR 21.Part Number: 11554-301, GX745 XP VMAX 115V ENGL 22.Part Number: 96010, Monitor 17” flat Panel 1704 Dell 23.Part Number: 11534, Kit HP 6940 Printer 24.Part Number: 775543, VMAX Spectra BRONC CHAL OPT CRYPKEY 25.Part Number: 775542, VMAX SPCTRA PULM INTERP OPT CRYPKEY 26.Part Number: 775550, VMAX SPCTRA RDM OPT CRYPKEY 27.Part Number: 775554, VMAX SPCTRA EXERCI DLCO OPT CRYPKEY 28.Part Number: 776142, SPECTRA MAX Pressure OPTN CRYP 29.Part Number: 775553, VMAX SPECTRA P100 CRYPKEY 30.Part Number: 775560, VMAX SPCTRA MEMBRN DLCO OPT CRYPKEY 31.Part Number: 775559, VMAX SPECTRA Logic Tree OPT CRYPKEY 32.Part Number: 775564, VMAX SPCTRA Logic DEVEL OPT CRYPKEY 33.Part Number: 720254, Syringe 3 Litter Manual Calibration 34.Part Number: 770065, Gas Kit Calibration CART/CNSL VMAX 35.Part Number: 97075-PM3-OS, Pulmonary or Exercise Onsite Training 36.Part Number: 774635-101, VMAX S/E TLC WAR 22S 29S 229S 1 year 37.Part Number: 777360, OP Manual VMAX Series (ENG) 38.Part Number: 769871, VMAX Series Service Manual 39.Part Number: 769870, Reference Man VMAX 2130 6200 V6200 40.Part Number: 11531, APS PRO 115/VAC 41.Part Number: 77385-103, Instrument ASSY V62W Autobox 42.Part Number: 92650-101, AUTO IVC- 4 LITER 115V 43.Part Number: 774292-101, Kit Nitrogen Lung VOL W/GAS V62J 44.Part Number: 774636-101, VMAX S/E TLC Warranty Autobox 1 year 45.Part Number: 769585-ecg-101, Ext warranty Cardiosoft 1 year 46.Part Number: 774635-103 VMAX S/E TLC WAR 22S 295 229S 3 years 47.Part Number: 774636-103, VMAX S/E TLC Warranty Autobx 3 years 48.Part Number: 769585-erg-103, VIP ACCSSRY EXT Warranty ERGO 3 years 49.Part Number: 769585-tdm-103, VIP ACCSSRY EXT Warranty T/M 3 years 50.Part Number: 769585-ecg-103, EXT Warranty Cardiosoft 3 years 51.Part Number: 97013-303, Ex Warranty, MS-IOS W/VMAX, parts only 3 years 52.Part Number: 97004-503, Ex Warranty NONIN 8600 – Parts only 3 years 53.Part Number: 97018-103, EXT Warranty- TAMGO- Parts only 3 years 54.Part Number: 97019-103, EXT Warranty – MS-APS-Parts only 3 years 55.Part Number: 97004-501, EXT Warranty-NONIN 8600 – Parts only 1 year 56.Part Number: 97018-101, EXT Warranty – TANGO – Parts only 1 year 57.Part Number: 97019-101, EXT Warranty – MS-APS – Parts only 1 year 58.Part Number: 97013-401, EXT Warranty – MS-IOS W/VMAX, Fixed Call 1 year 59.Part Number: 97051-102, HL7 Configuration The sole source determination is based on several factors, as there are advantages with continuing with the present system. First, the Viasys is already integrated with CRIS, the NIH CRC medical record system. It took a great deal of time and effort, from multiple parties, to create a functional interface. Bringing on a new system could lead to substantial delays in data transmission via a new CRIS interface. In addition, it would likely lead to increased costs and staff time. Second, the pulmonary function laboratory staff is familiar with the Viasys equipment line and is able to troubleshoot problems. Third, it may cost more in service contract fees to purchase a different system. In order to continue uninterrupted service, the laboratory staff is required to maintain at least three (3) up-to-date PFT operating systems. Market research was conducted by the Government has determined that there were no small businesses available to supply the requested instrument. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation and Price. 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. This action is under the authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1 and HHSAR 306-302-1. Only one responsible source and no other supplies or services will satisfy agency requirement. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations however; all responses received within five (5) days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due five (5) calendar days from the publication date of this synopsis or by July 13, 2009, 7:30am Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB-(HL)-2009-191-DDC. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung and Blood Institute 6701 Rockledge Blvd., Room Suite 6100, Bethesda, Maryland 20892, Attention: Deborah Coulter. coulterd@nhlbi.nih.gov. Faxed copies will not be accepted. Emails will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HL)-2009-191-DDC/listing.html)
- Place of Performance
- Address: NIH, BETHESDA, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01868887-W 20090710/090709000529-ad61800e33426ef3c1ce09df41741f98 (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 |