Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOLICITATION NOTICE

65 -- Hemodynamic Monitoring System - FA8601-18-Q-0015 Medical Device Assessment Questionnaire - FA8601-18-R-0015 Representations & Certifications - FA8601-18-R-0015 Solicitation

Notice Date
3/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA860118R0015
 
Archive Date
5/1/2018
 
Point of Contact
Joseph Craven, Phone: 9375224565, Brooke Hemmerich, Phone: (937) 522-4531
 
E-Mail Address
joseph.craven.1@us.af.mil, brooke.hemerich@us.af.mil
(joseph.craven.1@us.af.mil, brooke.hemerich@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation for a Hemodynamic Monitoring System Offerors shall complete and submit the following representations and certifications with the offeror’s price proposal/quote, unless the offeror has completed the representations and certifications online in the System for Award Management (http://www.sam.gov), and the existing online representations and certifications are current, accurate and complete. Medical Device Assessment Questionnaire Synopsis for a Hemodynamic Monitoring System: *** The due date for this solicitation has been extended until 16 April 2018 at 12:00 PM EST*** This solicitation is expected to result in the award of a firm-fixed price contract for a Hemodynamic Monitoring System as described in Attachment I to the Solicitation, entitled "Statement of Work." This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, as supplemented with additional information included in this notice. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the solicitation. 2. Receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. Contains the lowest price technically acceptable (LPTA). Submittal of quotes in response to this solicitation constitutes agreement by the Offeror to all terms & condition contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received. The Solicitation Number for this requirement is FA8601-18-R-0015 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This acquisition is being conducted under full and open competition. Requirement: See Attachment I to the Solicitation entitled, "Statement of Work." The Government is in need of a system to be used for monitoring all hemodynamic functions of patients during cardiac catheterizations. Direct current cardioversions, transesophageal echocardiograms, and cardiac implants to include pacemakers, defibrillators, bi-ventricular cardiac implants and cardiac event recorders. The system will be used for monitoring 12 Lead ECG (electrocardiogram), NIBP (non-invasive blood pressure), 4 Invasive Pressure Channels, Cardiac Output, Sp02 (oxygen saturation), and EtCO2 (end-tidal carbon dioxide monitor). Information Assurance (IA): - Any offered system must meet DoD Cybersecurity and Information Assurance (IA) requirements. - Vendors shall only quote items which already have an Authorization to Operate (ATO) or items for which the Vendor agrees to go through the IA approval process and obtain an ATO. - If the vendor does have an ATO/ATC, the vendor needs to provide a copy of the ATO/ATC approval and signed AF IA contract language. - If the vendor does not have an ATO/ATC, the vendor needs to complete the attached Medical Device Risk Assessment Questionnaire v I.I (Attachment II) and sign the AF IA contract language. - Submitting a quote for any requirement under this initiative constitutes full agreement to all specific Service IA requirements and attached IA document. - Failure to agree to Cybersecurity or attached IA requirement shall result in rejection of the vendors quote. Failing to disclose that a system cannot meet IA requirements, failure to meet certification timeframes or failure to receive ATO may result in termination for cause in accordance with FAR 52.2 I 2-4(m). NAICS Code: 339113: Surgical Appliance and Supplies Manufacturing Business Size Standard: 750 Employees Acceptable means of Submission: All submission must be submitted electronically to the following email address joseph.craven.1@us.af.mil by 16 April 2018, 12:00 PM EST. Any correspondence sent via email must contain the subject line, "FA8601-18-R-0015, Hemodynamic Monitoring System." The entire proposal must be contained in a single email, unless otherwise approved, and must not exceed five megabytes, including attachments. Emails with compressed files will not be accepted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the email may not get through the email filters. Also, be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls, or.xlsx documents are sent. The email filter may delete any other form of attachments. Delivery Schedule: within 30 Days after Contract Award Delivery Destination: Medical Materiel BLDG 830 Area A 4881 Sugar Maple Dr. Wright-Patterson AFB, OH 45433 Delivery Type: FOB Destination (As defined in FAR 2.101 - Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation number and date 4. Timeframe that the quotes is valid 5. Individual item price 6. Total price, No Progress Payments 7. Shipping (FOB Destination) 8. Delivery Schedule 9. Completed copy of FAR 52.212-3 Alternate I, FAR 52.222-22 and FAR 52.222-25, and FAR 52.209-11, only if not completed online in the System for Award Management (http:www.sam.gov). See Attachment III to the Synopsis entitled, "Reps and Certs," also see the section titled, "Representations and Certifications" listed below. Important Notice to Contractors: Quotation MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Representations and Certifications: Offerors shall complete and submit the following representations and certifications with the offeror's price proposal/quote, unless the offeror has completed the representations and certifications online in the System for Award Management (http://www.sam.gov), and the existing online representations and certifications are current, accurate and complete: FAR 52.212-3-Offeror Representations and Certifications-Commercial Items (Jan 2017) with its Alternate I (Oct 2014) FAR 52.222-22 -- Previous Contracts and Compliance Reports. (Feb 1999) FAR 52.222-25 -- Affirmative Action Compliance. (Apr 1984) FAR 52.209-11 - Representation by corporations regarding delinquent tax Liability or a felony conviction under any federal law (Feb 2016)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA860118R0015/listing.html)
 
Place of Performance
Address: Medical Materiel, BLDG 830 Area A, 4881 Sugar Maple Dr., Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04854636-W 20180316/180314231632-6d46fe1297f044e09e1c846358d69365 (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.