Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SOLICITATION NOTICE

Q -- Servo-1 Respiratory Ventillator Equipment

Notice Date
6/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-10-T-0166
 
Response Due
7/6/2010
 
Archive Date
9/4/2010
 
Point of Contact
Troy Davis, 210-221-3438
 
E-Mail Address
Great Plains Regional Contracting Ofc
(troy.davis@amedd.army.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. 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. This is a solicitation W81K00-10-T-0166 of purchase request W81NTE00928575 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510. Size standard is 500 employees. This RFQ is being issued as Firm Fixed Price, Unrestricted. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for Respiratory Ventillators for Wilford Hall Medical Center, Lackland AFB, TX 78236. Delivery of the System must be delivered 30 days after contract award (FOB Destination) Brand name or equal. REQUIRED ITEMS:QTYUNIT PRICE PER BOX Line Item No. 0001: 3 EA$________________ Part # 6487800 Servo-I Base Unit Line Item No. 0002:3 EA$________________ Part# 6524388 Country Kit Servo-I Diss Line Item No. 0003: 3 EA$________________ Part# 6533157 SW Bi-Vent Servo-I Line Item No. 0004:3 EA$________________ Part# 6667187 NIV software Servo-I Line Item No. 0005: 3 EA$________________ Part# 6533462 SW CO2 Analyzer Servo-I Line Item No. 0006:3 EA$________________ Part# 6486729 Mobile Cart w/Drawers Servo-I Line Item No. 0007: 3 EA$________________ Part# 6419787 DISs Hose Air M/F 4.5 Line Item No. 0008:3 EA$________________ Part# 6419944 DISS Hose O2 F/F 4.5m Line Item No. 0009: 3 EA$________________ Part# 6419951 Air Filter Assembly DISS F/F Line Item No. 0010:3 EA$________________ Part# 6481720 Support Arm 177 for Servo-I Line Item No. 0011: 3 EA$________________ Part# 6650118 O2 Cell Servo-I / s Line Item No. 0012:3 EA$________________ Part# 6670980 Servo-I Universal Extended Line Item No. 0013: 3 EA$________________ Part# 6675585 Heliox Hardware, Factory Installed Heliox adapt kit DISS Line Item No. 0014:3 EA$________________ Part# 6675580 New SERVO-I Software Servo-I Line Item No. 0015: 3 EA$________________ Part# 6675592 Heliox High Pressure Hose, DISS,5m Line Item No. 0016:3 EA$________________ Part# 66523935 Humidifier Holder Servo-I Line Item No. 0017:1 EA$________________ Operators Literature (1 CD) Line Item No. 0018: 2 EA$________________ Maintenance/Service Literature (2 CD) NOTE TO CONTRACTORS: The required Salient Characteristics are identified below. All or None. Salient characteristics of the Requirement: -Able to ventilate at volumes of 2ml to 4000ml -Capable of being upgraded to MRI conditional Ventilator -Upgradeable to new N.A.V.A. technology (Neurally Adjusted Ventilatory Assist) -Capable of installing/taking out CO2 detection modules without turning machine off/on -Approved for fixed wing and helicopter ventilator transport -Automode function (changes automatically back and forth from spontaneous ventilation to ventilator controlled ventilation resulting in quicker patient weaning times) -Ability to switch between air and Heliox during ventilation without putting the ventilator into standby -Heliox mode is compatible with both invasive and non-invasive modes -Operates with helium/oxygen mixture of 80/20 and has low Heliox gas consumption for cost effectiveness DELIVERY TO: Wilford Hall Medical Center Lackland AFB, TX 78236. The following FAR and DFARS provisions and clauses apply to this solicitation: Delivery shall be FOB Destination to Wilford Hall Medical Center, Lackland AFB, TX 78236. Pricing quote shall include all applicable fees. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 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, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.212-7010 Levies on Contract Payments; 52.211-6 Brand Name or Equal. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the products offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability based on the salient characteristics above. The award decision will be based on the lowest priced technically acceptable quote. b. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 6 July 2010, 09:00 AM, Central Standard Time. Submit all offers via email to troy.davis@amedd.army.mil. Place of performance: Wilford Hall Medical Center Lackland AFB, TX 78236. UNITED STATES Contact: Troy Davis, Contract Specialist, Phone 210-221-3438, Email troy.davis@amedd.army.mil Contracting Office Address: Southern Regional Contracting Office -West MCAA SRCO-W BAMC 3851 Roger Brooke L31-9V Fort Sam Houston, TX 78234-6200 Alternate Point of Contact: Ken Tyson, Contracting Officer, Phone 210-221-4723 Email kenneth.tyson@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-10-T-0166/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN02191827-W 20100701/100629235321-9b34799d4042915287ed78b89630bd6a (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.