SOLICITATION NOTICE
42 -- E-SERIES ACLS MANUAL DEFIBRILLATOR AND ACCESSORIES.
- Notice Date
- 6/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700810Q0004
- Response Due
- 6/25/2010
- Archive Date
- 7/10/2010
- Point of Contact
- VANESSA RODGERS 229-639-7130 MR. CHARLES VEST229-639-7159
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700810Q0004 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. This solicitation is 100% set-aside for all qualified small businesses. The North American Industrial Classification System (NAICS) code for this requirement is 334510 and the business size standard is 500. A SINGLE AWARD IS BEING CONTEMPLATED FOR DEFIBRILLATOR AND ACCESSORIES. Item #0001: E-Series ACLS Manual Defibrillator. Quantity: 1 Each. Features include: E-Series ACLS Manual Defibrillator with Advisory capability and 12-lead with 1-Step patient cable, SpO2 (comes with EtCO2 port), integrated Bluetooth, NIBP with adult plus cuff and hose, noninvasive pacing, rugged soft pack carry case and SurePower rechargeable lithium ion battery. Includes AC power, printer, Protocol Assist Code Markers GPS clock auto sync, TriMode display, 3-lead ECG patient cable, universal cable, RS232 data transfer port, AC power cord, 12' AC power extension cord, one package of recorder paper, two PC Card slots, Operator's Manual and standard five (5) year warranty for EMS use. Mfr: Zoll Medical Corporation. Item#0002: CAPNO 5 Mainstream CO2 sensor and cable. Quantity: 1 Each. Mfr: Zoll Medical Corporation. Item#0003: SurePower Charging Station. Four (4) charging bays, multiple chemistry compatible, 200 watt capacity, and graphic driven user interface RS-232 communication port. Standard one (1) year warranty. Mfr: Zoll Medical Corporation.Item#0004: SurePower Rechargeable Lithium Ion Battery Pack. 5.8 Ah capacity, high density lithium ion chemistry, RunTime indicator, automatic calibration ready, stores history of use and maintenance.This is in support of Marine Corps Fire Department, Marine Corps Logistics Base, Albany, GA 31704. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 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 of Executive Orders--Commercial Items; FAR 52.211-6 Brand Name or Equal; FAR 52.204-7 Central Contractor Registration; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.232-33 Payment by Electronic Funds Trans! fer-Central Contractor Registration. Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.204-7 Central Contractor Registration; FAR 52.211-17 Delivery of Excess Quantities; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.247-34 F.O.B Destination; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A Central Contractor Registration Alternate A; DFARS 252.211-7006 Radio Frequency Identification; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.242-7001 Pricing of Contract Modifications. The following clauses apply under DFARS: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Pricing of Contract Modifications; DFARS 252.212-7000 Offer or Representations and Certifications-Commercial! Items. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. Offerors are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offertory must be registered with WAWF and CCR and have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if timely received, must be considered by the agency. The Government intends to make award based on the Best Value to the government. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted. The evaluation factors that will be used to determine award are Delivery/Availability, Price, and Technical acceptability. The closing date for this solicitation is 25 June 2010 at 12:00 PM (Noon) EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to vanessa.rodgers@usmc.mil or fax to (229) 639-6294.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700810Q0004/listing.html)
- Record
- SN02177857-W 20100617/100615235320-f9fdbfe3c0c05b7b38517f79dfad6069 (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 |