SOLICITATION NOTICE
65 -- Brand Name Only RFQ for Zoll Medical Corporation Repair Parts - Redacted Sole Source Justification - Required Part Numbers and Quantities - Open Market Clauses and Provisions
- Notice Date
- 5/10/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-17-T-0175
- Archive Date
- 6/3/2017
- Point of Contact
- Lisa M. Zarick, Phone: 3016192336
- E-Mail Address
-
lisa.m.zarick.civ@mail.mil
(lisa.m.zarick.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This attachment includes all clauses and provisions incorporated into this RFQ This attached spreadsheet detailed the required manufacturer part numbers and required quantities for each of the 16 parts This redacted Sole Source Justification details the rationale for accomplishing this requirement on a brand name only basis The U.S. Army Medical Materiel Agency (USAMMA) located at Fort Detrick, MD has a requirement for the purchase of brand name medical equipment parts without competition as prescribed in FAR 13.106-1(b)(1)(i). This announcement constitutes the solicitation by the U.S. Army Medical Research Acquisition Activity (USAMRAA), Fort Detrick, MD as a brand name Request for Quote (RFQ) and offers must be submitted in writing (oral offers will not be accepted). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. DESCRIPTION: The Government requires the purchase of various medical equipment repair parts manufactured by Zoll Medical Corporation that are required to repair 754 Eagle Ventilator and 326M Surgical Suctions. Due to Army Regulation and Food and Drug Administration (FDA) regulations, these items must be purchased from the Original Equipment Manufacturer or from an authorized reseller. A redacted Sole Source Justification is attached to this RFQ which supports the rationale for accomplishing this requirement on a brand name only basis. The required manufacturer part numbers and required quantities are detailed below (this information is also provided in an MS Excel spreadsheet attached to this RFQ). See below for a summary of the required items and quantities: Model Number Description 1001-0101 Print Head Assembly; Qty: 4 334-0030-00 Holder, Collection Bottle, Chrome Plated; Qty: 1 418-0754-11 Door, Battery Compartment, Model 754; Qty: 1 480-0253-00 Elbow, Nylon, 1/8 x 1/8" Tube, White; Qty: 5 540-0051-00 Hose 24" Long; Qty: 12 540-0055-00 Hose 18" Long; Qty: 2 540-0068-00 Hose, 12" Long; Qty: 1 702-0754-05 Assembly, Motor Driver Printed Circuit Board; Qty: 3 702-0754-26 Assembly, Switch Panel PCB; Qty: 4 1001-0241-30 ASSY, SYSTEM INTERCONNECT, PCB, SHIELDED, CCqTq/AW; Qty: 5 703-0326-07 Assembly, Collection Canister; Qty: 1 703-0754-04 Assembly, Manifold, Exhaust, Assembled & Tested; Qty: 3 450-0008-00 BUMPER, RUBBER, FOOT, P/S, ROUND, 1/2" DIA x 1/q8"q THK, BLACK; Qty: 4 703-0326-05 Assembly, Pump; Qty: 3 704-0754-04 Assembly, Compressor, Air Inlet; Qty: 5 710-0754-01 Assembly, Lower Case W/ Filter PCB; Qty: 10 The brand name parts are needed at a USAMMA depot located in Tracy, CA which repairs and replaces Medical equipment used by deployed forces. Delivery is FOB Destination in accordance with Federal Acquisition Regulation (FAR) Clause 52.247-34 and is requested 15 days after date of contract. The following is the full delivery address: Medical Maintenance Operations Division 25600 S. Chrisman Road BLDG T-255 Tracy, CA 95304 This requirement is unrestricted. The North American Industry Classification System (NAICS) for this requirement is 339112 and the size standard is 1,000 employees. No hard copies of the solicitation will be issued by this contracting office. All interested parties can view, download and print a copy of the solicitation and any resulting amendments from the following website: https://www.fbo.gov/. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Provision 252.204-7004, all contractors wishing to do business with the Department of Defense must be registered in the System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. Quotes will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Please see the full text of FAR Provision 52.212-2 on pages 5 and 6 of the attached document entitled "Open Market Clauses and Provisions". Any resulting contract will be issued as an open market Firm-Fixed Price (FFP) Purchase Order. The attached document referenced above ("Open Market Clauses and Provisions") includes all clauses and provisions incorporated into this RFQ. The full text of the referenced FAR and DFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/ POINT OF CONTACT: Lisa Zarick, Contract Specialist, lisa.m.zarick.civ@mail.mil All questions in response to this RFQ must be submitted no later than 5:00pm Eastern Time, Tuesday, 16 May 2017. All responses to this RFQ must be submitted electronically to the address listed above no later than 3:00pm Eastern Time Friday, 19 May 2017. No late quotes will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-17-T-0175/listing.html)
- Place of Performance
- Address: Medical Maintenance Operations Division, 25600 S. Chrisman Road, Tracy, California, 95304, United States
- Zip Code: 95304
- Zip Code: 95304
- Record
- SN04503540-W 20170512/170510235456-072c9620d3d35c567190dd6ff8b8139c (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 |