Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

65 -- Plasma Coagulator

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NH Okinawa, U. S. Naval Hospital Okinawa, Material Mgmt Dept, PSC 482, Box 248, FPO, 96362
 
ZIP Code
96362
 
Solicitation Number
N68470-09-T-DSSGS
 
Archive Date
9/29/2009
 
Point of Contact
Marcus S. Jones, Phone: 3156437774
 
E-Mail Address
Marcus.Jones2@med.navy.mil
(Marcus.Jones2@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined solicitation/synopsis is for commercial items: The Salient Characteristics that and / or equal product must meet to be considered: The ESU system with Automated Software Power Dosing. Prevents unnecessary amounts of energy from being introduced into the patient, thus creating less risk to patients. Non-contact procedure, no adherence of the instrument tip to the tissue. Effective, even surface coagulation for uniform homeostasis and devitalization. Limited penetration depth (DeCo) leads to safer application, minimal carbonization and smoke plume formation, minimal pollution through unpleasant odors. Argon extension socket for all VIO/APC unit configurations requiring an additional socket. The APC can include and additional, fourth socket in addition to the 3 active sockets of the VIO. The 3m APC prove is particularly suitable for double ballon enterscopy, DBE procedures. The APC 2supports such applications with the PULSED APC mode, thus making it possible to adjust the coagulation depth in minute steps. For the minization of risks, particularly in the small intestine which otherwise carries a high risk of perforation. The APC2 automatically sets the appropriate parameters for the instrument plugged in, whether it is and APC handle or probe. Line Item 0001: 10134-000 APC2 Argon Plasma Coag w/FiAPC socketQty: 1 Line Item 0002: 20134-006 APC2 Pressure Reducer w/SensorQty: 1 Line Item 0003: 20180-000 VIO Cart incl. FS Holder, Cable wrap, one bottle fixation Qty: 1 Line Item 0004: 20180-010 VIO Cart Wire BasketQty: 1 Line Item 0005: 20180-134 VIO to APC2 Fastening SetQty: 1 Line Item 0006: 20180-131 Fixation Kit VIO/APC2 to VIO cartQty: 1 Line Item 0007: Ignition TesterQty: 1 Line Item 0008: 10140-000/300D VIO 300D Electrosurgical Unit 120V/60Hz ULQty: 1 Line Item 0009: 29140-203 Endocut VIO Cart Fastening Set (w/Grounding Cable) Qty: 1 Line Item 0010: 20189-105 VIO Double Pedal Footswitch w/Remode, AP and IP x8 Equipment Qty: 1 Line Item 0011: 1063-2 Argon Gas Cylinder-Full, 40 cu ft Capacity, Purity 99.998% Qty: 1 Line Item 0012: 20183-053 Adapter for BICAP and/or GOLDPROBE (C,D & Up Series) QTY 1 Line Item 0013: 20132-218 FiAPC Circumferential Probe, O.D. 2.3mm6.9Fr,. Length 7’2”/220cm Qty: 2 Line Item 0014: 20132-214 FiAPC Probe, O.D. 2.3mm/6.9Fr., Length 7’2”/220cm Qty: 2 Line Item 0015: 20193-084 Nessy Omega Monitoring Pad, 85cm2(+23cm2) w/5m(13.2’) Cable Qty:2 Line Item 0016: Shipping to Tracy, CA 95304Qty: 1 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. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The associated North American Industry Classification System (NAICS) Code is 423450. The US Naval Hospital intends to award a firm fixed-price award for following medical item. The evaluation factors used to evaluate offers are technical capability of the item offered to meet the Government requirement, price and delivery. Delivery and acceptance point shall be DDJC Warehouse 30 CCP 25600 S. Chrisman Road Tracy, CA 95304. Contractor will be required to deliver by Oct 17, 2009 and call the government POC prior to expected delivery schedule for required item. The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) FAR provision 52.212-1 [Instructions to offerors Commercial] applies to this acquisition to include the following addenda: All quotes are cautioned that if selected for award, they must be registered with Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract; (2) 52.212-2 [Evaluations] Evaluation process: All proposals will be evaluated with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6, if vendor offers an Equal product) and Price, with Technical Capability being significantly more important than Price; (3) 52.212-3 [Offeror Representations and Certifications Commercial Items] Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. If Vendor already has information on ORCA website, please indicate this in accordance with this clause; (4) 52.212-4 [Contract Terms and Conditions Commercial Items]; (5) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities]; 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-50 Combating Trafficking in Persons and 52.232-33 [Payment by Electronics Funds Transfer Central Contractor Registration]; (6) 52.252-2 applies to this acquisition and the following websites: http://farsite.hill.af.mil/ and http://www.acquisition.gov/comp/far/index.html; (7) 252.212-7001 [Contract Terms and Conditions required to implement statues or Executive orders applicable to defense acquisitions of commercial items] applies to this acquisition and the following sub FAR clauses apply: 52.202-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7003 Alternate III [Transportation of Supplies by Sea]; (8) 252.212-7010 [Levies on Contract Payments];(9) 52.211-6 [Brand name or equal]-Vendors shall comply with FAR 52.211-6 if submitting other than the Brand name product. All responsible sources must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items with its offer. All quotes need to be submitted NLT 14 September 09 4:00 p.m. JST (Japan Standard Time). The anticipated award date is 16 September 2009. Responses shall be submitted via e-mail in Word, Excel, or PDF format to the POC, Marcus S Jones, at Marcus.Jones2@med.navy.mil or faxed to 011-81-98-892-4974. Telephone inquiries or requests will not be accepted. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68470/N68470-09-T-DSSGS/listing.html)
 
Place of Performance
Address: PSC 482 Box 248, FPO, Non-U.S., 96362, United States
Zip Code: 96362
 
Record
SN01938885-W 20090904/090903002420-c1ff81f2828864f705aa051db8a83758 (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.