Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOURCES SOUGHT

65 -- Medrad Stellant D Dual Syringe CT Injection System or Equal

Notice Date
2/7/2011
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-RKB-11-0117
 
Response Due
2/14/2011
 
Archive Date
4/15/2011
 
Point of Contact
Keith Batchelor, 301-619-8927
 
E-Mail Address
Medcom Contracting Center North Atlantic
(keith.batchelor@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Healthcare Acquisition Activity-North (HCAA-N), Detrick Army Air Force Contracting Cell, 693 Neiman Street, Fort Detrick, MD 21702-9203 The following notice is a Sources Sought in accordance with FAR 19.202-2. This is a information gathering stage of the Market Research process. The Government is attempting to find prospective businesses (Large, Small, or Foreign Firms) who may be interested in competing for a Firm Fixed Price required for two (2) Medrad Stellant D Injection System or Equal with pedestal and integral IV pole is a dual syringe injection system (Catalog Number: SCT 211) for CT contrast exams, including Cardiac CT and Coronary CTA. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that resulted would be conducted as a small business set-aside. HCAA-N has a need for two (2) Medrad Stellant D Injection System or Equal with pedestal and integral IV pole is a dual syringe injection system (Catalog Number: SCT 211) for CT contrast exams, including Cardiac CT and Coronary CTA. Minimum Requirements Specifications: 1. Stellant D Fluid Delivery System: Shall include the following: Display Control Unit Head Control Unit Base Control Unit Stellant Pedestal with Interfral IV Pole Heat Maintainer Dual Syringes with T-Connector and Spikes Warranty Registration Card English Operations/Install Manual Product Info Package 2. Injection Specifications: a)Flow Rate: Range & Increments0.1 to 10 ml/sec in 0.1 ml increments b)Volume: Range & Increments 1 ml to syringe capacity in 1 ml increments c)Programmable Pressure Limit: PSI/ kPascals200 ml syringe: 325 psi, 22.1 Bar d)Scan Delay:0-300 seconds (5 minutes) in 1 second increments e)Pause:1-900 seconds (15 minutes) in 1 second increments f)Hold:Maximum HOLD time is 20 minutes g)Syringes:200 ml sterile disposable syringe h)Number of Phases:6 i)Number of Protocols:32 3.Miscellaneous Specifications: a)Electrical Requirements (VAC/Hz): 100-240 VAC, 50/60 Hz b)Syringe Heater Range: 95 degrees F +/- 9 degrees 35 degrees C +/- 5 degrees c)Mounting Option: Floor Pedestal includes an Integral IV Pole 4.Mechanical Specifications: a)Dual Injector Head: Height: 6.1" (15.5 cm) Width: 12.1" (30.7 cm) Depth: 14.5" (36.8 cm) Weight: 17.9 lbs (8.1 kg) b)Display Control Unit with Stand: Height: 13.5" (34.3 cm) Width: 12.5" (31.9 cm) Depth: 8.9" (22.5 cm) Weight: 8.2 lbs (3.7 kg) c)Base Unit: Height: 11.5" (29.2 cm) Width: 11.0" (27.9 cm) Depth: 8.8" (22.2 cm) Weight: 13.6 lbs (6.2 kg) HCAA-N is seeking responses from all responsible sources. Small businesses are defined under the associated NAICS code for this effort, 423450, as those domestic sources having 500 employees or less. Please include your company's size classification in any response to this notice. After review of the responses to this sources sought notice, a solicitation announcement may be published in the Federal Business Opportunities website: www.FEDBIZOPS.gov/ at a future date. This notice is not to be construed as an acquisition Request for Information (RFI) nor is any commitment on the part of the Government to award a contract implied, nor does the Government intend to pay for any information submitted as a result of this request. The BHS is only trying to identify any firm not listed on any mandatory source. Any firm not registered must register as required at the following websites VETBIZOPS - www.VETBIZOPS.com and CCR - www.CCR.gov and ORCA - www.ORCA.gov registries as required to participate in the upcoming solicitation. Responses to this notice must include the following information: Company name, Address, Point of Contact, and capability to provide the following items. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system components for which specifications are provided. 2. Name of company(ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indication of number of days, after receipt of order that is typical for delivery of such systems. 4. Indication of whether each instrument for which specifications are sent to Keith.Batchelor@us.army.mil are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. A brief summary is all that is needed versus a detailed proposal. If more information is needed you will be contacted. Please remember to provide Points of Contact for your company and phone numbers and your DUNS number. Interested parties responding to this Request for Information / Sources Sought Notice shall submit all information and responses by Email to the following point of contact below. Phone and/or hand written responses will not be accepted. Responses shall be received no later than February 14, 2011 at 11:00 am EST. The Government will not pay for any information that is submitted by the respondents to the Sources Sought request, it is strictly voluntary. The Government will treat all responses in a confidential manner, and will not release this information to the public. Point of Contact Keith Batchelor, Contract Specialist, Phone (301) 619-8927, Email Keith.Batchelor@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-RKB-11-0117/listing.html)
 
Place of Performance
Address: AFMOA/SGALW 601 Davy Crockett Rd, Bldg 1534 San Antonio TX
Zip Code: 78226-1385
 
Record
SN02374443-W 20110209/110207234218-ddd705d24d5ca1189f9378955be324df (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.