Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2010 FBO #3221
SOLICITATION NOTICE

10 -- VITAL SIGNS MONITOR

Notice Date
9/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F10T0147
 
Response Due
9/22/2010
 
Archive Date
11/21/2010
 
Point of Contact
Roger Leake, 06371868363
 
E-Mail Address
European Regional Contracting Office
(roger.leake@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. The solicitation number is W9114F-10-T-0147. This solicitation is issued as a Request For Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-14. This is an unrestricted acquisition. The North American Industry Classification System (NAICS) code is 339112. CLIN 0001, Item#V9204, Surgivet, or equal Advisor Multi Monitor, 220V/50Hz, European plug, 2ea operators and service manuals. Multiparameter Monitor for VETS. Includes ECG, digital pulse oximetry, heart rate, non-invasive blood pressure and built in battery. Features three monitoring modes that adjust ECG sensitivity, cuff inflation pressure and alarm limits. Display shows Non-Invasive Blood Pressure (NIBP), Electrocardiogram (ECG), Digital Pulse Oximetry (SpO2), Sidestream Cannagraphy (CO2), Invasive Blood Pressure (IBP), Temperature (TEMP). CLIN 0002, Item#WWV9220 (220V/50Hz) Data Logger, or equal which records trend data at regular intervals, capture a 30 second primary ECG waveform image, capture screen image, upload data to PC, supports various formats, transfer patient data to an electronic record, graphs and charts. 1 year warranty. Compatible with CLIN 001 CLIN 0003, Item#3387, Roll Stand for CLIN 0001 CLIN 0004, Shipping directly to Landstuhl Germany Landstuhl Regional Medical Center Property Management Branch Building 3739 Landstuhl/Kirkchberg 66849 Required delivery to Landstuhl, Germany is 31 October 2010. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: FAR 52.203-6 Alt I Restrictions on Subcontrator Sales to the Government (Sep 2006) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2006); FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) FAR 52.212-3 Alt 1 Offeror Representations and Certifications Commercial Items (Apr 2002); FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Feb2010); (Deviation) FAR 52.214-34 Submission of Offers in the English Language (Apr 1991) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), FAR 52.222-50 Alt I Combatting Trafficking in Persons (Aug 2007) FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003). FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-34 F.O.B. Destination DFAR 252.203-7000 Requirements Relating to compensation of former DoD Officials (Jan 2009) DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower rights (Jan 2009)] DFAR 252.211-7003 Item Identification and Valuation (Jun 2005) DFAR 252.225-7041 Correspondence in English DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes (Jul 2009) (Deviation) DFAR 252.225-7043 Antiterrorism/force Protection Policy for Defense contractors Outside the United States (Mar 2006) DFAR 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), 252.247-7023 Alt III (May 2002) DFAR 252.229-7000 Invoices Exclusive of Taxes or Duties (Jun 1997) DFAR 252.229-7001 Tax Relief (Jun 1997) DFAR 252.229-7003 Tax Exemptions (Italy) (Jan 2002) DFAR 252.232-7008 Assignment of Claims (Overseas) (Jun 1997) DFAR 252.232-7010 Levies on Contract Payments DFAR 252.233-7001 Choice of Law (Overseas) (Jun 1997) FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998), with the following web address: http://farsite.hill.af.mil; http://www.arnet.gov/far (ix) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (x) Numbered Notes: None applicable. (xi) In order to be eligible for award, registration in the Central Contractor Registration database is required. To register, please go to http://www.ccr.gov. (xii) All offers are due 22 September 2010 before 1700hrs (5:00pm) Central European Time. Offers may be sent via email to Roger.leake@amedd.army.mil, hand-delivered, or faxed to +49-6371-86-8070. (xiii) The Point of Contact for this requirement is Roger Leake, +49-6371-86-8363, fax +49-6371-86-8070, or email roger.v.leake@amedd.army.mil (xiv) The offeror must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment salient characteristics: Surgivet, or equal Advisor Multi Monitor Subfactor 1: 220V/50Hz, European plug, 2ea operators and service manuals. Multiparameter Monitor for VETS. Subfactor 2: Includes ECG, digital pulse oximetry, heart rate, non-invasive blood pressure and built in battery. Subfactor 3: Features three monitoring m odes that adjust ECG sensitivity, cuff inflation pressure and alarm limits. Subfactor 4: Display shows Non-Invasive Blood Pressure (NIBP), Electrocardiogram (ECG), Digital Pulse Oximetry (SpO2), Sidestream Cannagraphy (CO2), Invasive Blood Pressure (IBP), Temperature (TEMP). Data Logger, or equal Subfactor 5: Records trend data at regular intervals. Subfactor 6: Capture a 30 second primary ECG waveform image, capture screen image, upload data to PC, supports various formats, transfer patient data to an electronic record, graphs and charts. Subfactor 7: 1 year warranty, Compatible with Surgivet, or equal Advisor Multi Monitor Roll Stand Subfactor 8: Compatible with Surgivet, or equal Advisor Multi Monitor (NOTE: Failure to receive an acceptable rating of any of the salient characteristics will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected.) (xv) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. Evaluation Standards: Award will be made on a lowest priced, technically acceptable quote that is rated acceptable for all of the stated salient characteristics using the following standards for a final rating: Acceptable: A quote that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. Unacceptable: A quote that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F10T0147/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN02287568-W 20100919/100918000342-386438122319c5ed4086dd1ba3ee7865 (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.