Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOLICITATION NOTICE

65 -- Plasma Sterilizer

Notice Date
6/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N6264510RCKA0
 
Response Due
6/8/2010
 
Archive Date
6/16/2010
 
Point of Contact
Amanda Heller 301-619-0242
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, 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 solicitation number is N6264510RCKA0. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 05-41 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: https://www.acquisition.gov/Far/fac.html and http://www.acq.osd.mil/dpap/dars/dfars/index.htm. The NAICS code is 339112, with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing a hydrogen peroxide sterilizer and accessories in accordance with the following: Items being purchased in this acquisition: (1)Plasma SterilizerQuantity: 1 EA(2)Instrument OrganizerQuantity: 2 EA(3)Verify Vaporized Process Indicator200 Indicators/boxQuantity: 2 BX (4)Verdoc Gaseous Record Card With Process IndicatorQuantity: 2 EA (5)Verify Chemical IndicatorQuantity: 1 BX (6)VaproxQuantity: 2 BX (7)Operator ManualQuantity: 2 EA (8)Service ManualQuantity: 2 EA EVALUATION FACTORS FOR AWARD Lowest Price Technically AcceptableTechnical: FirstPrice: Second EVALUATION CRITERIA: The Government will award a contract resulting from this solicitation to whose submission, conforming to the solicitation, will be the most advantageous to the Government. The Government intends to evaluate submissions and award a contract without discussion. The initial submission should contain the best terms from a price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all submissions if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in submissions received. Evaluation Factors for Award: Low price, technically acceptable (meets the essential characteristics requirement). TECHNICAL EVALUATION CRITERIA Essential CharacteristicsThe offeror must meet all of the following minimum requirements to be considered for award: The sterilizer shall be a single door unit with an internal chamber volume of at least 4.5 ft3. The sterilization chamber shall be mounted on suitable legs/stand constructed of materials adequate to support the full weight of the unit. The unit shall use a gas mixture of Hydrogen Peroxide as the sterilization medium. The unit shall have the following controls: Power on/off switch with corresponding indicator lights. The unit shall cycle automatically and include manual overrides for temperature and cycle time. The unit shall be provided with a data recorder to provide an archive quality record of the temperature and duration of the sterilization cycle. The unit shall incorporate audible indicators to notify the operator of the following: End of the sterilization cycle. Insufficient gas concentrations. Temperature problems (i.e. low or high temperature). Shall comply with the requirements of FDA to be certified to sterilize surgical instruments as well as camera heads, rigid endoscopes, light cables, batteries Trocars and Cannulas and Forceps. The unit shall monitor the environment of the chamber. The unit shall operate at 400 VAC + 10%, 50 Hz + 2 Hz three phase. 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. Proposals shall specify the Total Price. Proposals 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. 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: 52.219-8, Utilization of Small Business Concerns; 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; 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. Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to Amanda Heller, amanda.heller@med.navy.mil. Proposals are due by 4:00 PM Eastern Time on 08 June 2010. Any questions must be addressed to amanda.heller@med.navy.mil by email only NLT 07 June 2010. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264510RCKA0/listing.html)
 
Record
SN02166127-W 20100604/100602235124-3349ed1632bcae1066f836e2926a5e1c (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.