SOLICITATION NOTICE
65 -- Patient Lift
- Notice Date
- 5/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 446199
— All Other Health and Personal Care Stores
- Contracting Office
- N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
- ZIP Code
- 00000
- Solicitation Number
- N6264511T0051
- Response Due
- 6/10/2011
- Archive Date
- 6/11/2011
- Point of Contact
- Jaime Belletto 3016193020
- 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 N6264511RC85007. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 05-50 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: www.acqnet.gov/far. The NAICS code is 446119 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 an electric patient lift with the following: SALIENT CHARACTERISTICS: The Electric Patient Lift shall be capable of handling the transfer of patients with a weight up to 400 pounds. The system shall be an elevating patient lift for patients who are weight bearing incapable (i.e. patients who cannot stand or support their own weight, even with mechanical assistance). The system shall operate via the use of a foot pedal to operate the spread of the base legs, and shall contain a hydraulic actuator for lifting/lowering the patient, which shall operate via the use of a remote controlling device. The base legs height shall not exceed 6 ¯ for under-bed maneuverability. The system shall come with an emergency switch and shall include a digital scale. The system shall have the capability to lift a patient from the floor. The system shall not exceed120 lbs. The outside width of base shall not exceed 47 ¯, while open. The overall lift height shall be at a minimum of 60 ¯. The unit shall have the option to include a digital scale in the system. The system shall come with a training disk or DVD. The system shall be operated via the use of a rechargeable 24V battery(s) that shall provide at a minimum of 70 lifts on a single charge. ITEM 0001QTY U/I PRICE ELECTRIC PATIENT LIFT 400LBS CAPACITY 2 EA $__________________ ITEM 0002 QTY U/I PRICE SLING W/HEAD SUPPORT SIZE MED 2 EA $__________________ ITEM 0003 QTY U/I PRICE DIGITAL SCALE FOR ELECTRIC LIFT 2 EA $__________________ Other considerations: 1. All equipment and accessories shall be new from the manufacturer. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. 2. Voltage required “ If overseas, voltage requirements may vary. 4. Is item stand-alone or does it attach to the room or something else. Delivery: On-site delivery Regulatory Requirements: The Electric Patient Lift and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. INSPECTION: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (ie. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror ™s total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the requirements of the solicitation (proposal will have to meet or exceed the acceptability standards for non-cost factors) 2. Price (all CLINs shall be priced) The offeror ™s initial proposal shall contain the offeror ™s best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. INSTRUCTIONS TO OFFERORS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for a thorough evaluation of the proposal. Additionally, the vendor shall fully explain their ability to meet the requirements above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes 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; FAR 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). [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 that may be applicable are: FAR 52.247-34, F.O.B. Destination (F.O.B. Origin, Freight Prepaid may apply if we have to pay for shipping); DFARS 252.211-7003, Item Identification and Valuation (if applicable). 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. *If Small Business Set Aside: Add FAR 52.219-6. Notice of Total Small Business Set Aside Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by 4:00 p.m. Eastern Time on 31 May 2011. Any questions must be addressed to Jaime.belletto@med.navy.mil by email only NLT 25 May 2011 No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264511T0051/listing.html)
- Record
- SN02455981-W 20110526/110524235049-f29dde0bcb054b25a8b71777f37a31e3 (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 |