Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
SOLICITATION NOTICE

65 -- MEDICAL EQUIPMENT - CAPNOMETER

Notice Date
7/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-12-T-0250
 
Archive Date
8/15/2012
 
Point of Contact
Danyiele F. Peterson, Phone: 7578932713
 
E-Mail Address
danyiele.peterson@vb.socom.mil
(danyiele.peterson@vb.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-12-T-0250, and a firm fixed price contract is contemplated. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 effective 18 May 2012. This procurement is UNRESTRICTED and the associated North American Industrial Classification Code (NAICS) code is 339112 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9. This procurement is a brand name or equal (PHASEIN.). If quoting equal, please submit specifications with your quote. All responsible sources may submit a quote which shall be considered by the agency. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following: Section B Schedule of Supplies and Services CLIN DESCRIPTION QUANTITY UNIT OF ISSUE 0001 EMMA Emergency Capnometer with Full Alarm 27 EA Measures in mmhg Compact, battery-powered, fully quantitative for mainstream CO2 and RR monitoring in emergency transport, emergency care, intensive care and other clinical settings. MANUFACTURER: PHASEIN SLAIENT TECHNICAL CHARACTERISTICS/SPECIFICATIONS ARE AS FOLLOWS. Measurements: Non-dispersive IR absorption. Versions: CO2 displayed in kPa or mmHg. Warm up: In operation and full accuracy within 5 sec. Calibration: No routine calibration required. Certifications: CE marked according to the 93/42/EEC MDD, FDA 510(k) and UL/CSA 60601-1. Dimensions: 52 x 39 x 39 mm (2.1 x 1.5 x 1.5 inches). Weight: 53 g (1.9 oz) with lithium batteries, 60 g (2.1 oz) with alkaline batteries. Shock resistant design: Withstands repeated 1 m drops. Environment Operating: -5 to 50 °C (23 to 122 °F). Storage: -30 to 70 °C ( -22 to 158 °F). Humidity: 10 - 95 %, non-condensing. Atm.pressure: 70 -120 kPa. Displays ETCO2: LED Numeric Display. Respiratory Rate: LED Numeric Display. Momentary CO2: 14 segment LED bar graph. Battery status: LED indicator. Alarm status: LED indicator. CO2 Range: 0 - 9.9 kPa / 0 - 99 mmHg. Accuracy: ±0.3 kPa / ± 2 mmHg or ±6 %REL during standard conditions. Rise time: ≤ 60 ms. Respiratory rate (RR) Range: 3 - 150 breaths/min. Accuracy: ±1 bpm. Breath detect: Adaptive threshold, minimum 1 kPa CO2 change Delivery date: 30 DAYS ARO Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 FOB: Destination CLAUSES INCORPORATED BY REFERENCE: FAR 52.204-7 Central Contractor Registration Apr-08 FAR FAR 52.211-6 52.211-14 Brand Name or Equal Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Aug-99 Apr-08 FAR 52.212-1 Instructions to Offerors-Commercial Items Feb-12 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Feb-12 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Aug-09 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving Sep-10 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.233-1 Alt I Disputes (Dec-91) Jul-02 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.243-1 Alt I Changes -- Fixed-Price Alt I (Apr-84) Aug-87 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.204-7000 Disclosure Of Information Dec-91 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Dec-11 DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7002 Requests for Equitable Adjustment Mar-98 DFARS 252.247-7023 Transportation of Supplies by Sea Alt III May-02 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) 2007 SOFARS 5652.204-9004 Foreign Persons (2006) Section K Nov-07 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug-11 SOFARS 5652.237-9000 Contractor Personnel Changes (1998) Section I 1998 CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-3 Alt I Offeror Representations And Certifications-Commercial Items - Alt I (Apr-11) Apr-12 FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation) Mar-12 FAR 52.222-41 Service Contract Act of 1965, as amended Nov-07 FAR 52.233-2 Service of Protest Sep-06 FAR 52.252-1 Solicitation Provisions Incorporated by Reference Feb-98 FAR 52.252.2 Clauses Incorporated By Reference Feb-98 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Dec-11 FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Technical ability to meet requirement/specifications, past performance and price. The contractor shall provide its product details and literature for evaluation. Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts for similar services or supplies performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer (Jan 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ana Downes, telephone (757) 893-2722, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is DANYIELE PETERSON at phone number: (757-893-2713) or email at danyiele.peterson@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by DANYIELE PETERSON by email at danyiele.peterson@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: DANYIELE PETERSON (Contracts/N01K), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 10:00 A.M. Eastern Standard Time (EST) 31 JULY 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-12-T-0250/listing.html)
 
Record
SN02807911-W 20120720/120719000502-bfc66e970060345decfdf9408b94aa44 (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.