Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2019 FBO #6454
SOLICITATION NOTICE

65 -- Cincinnati Subzero Hypo-Hyperthermia Control System 3 Line Items

Notice Date
7/24/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
 
ZIP Code
30084
 
Solicitation Number
36C24719Q0807
 
Response Due
7/30/2019
 
Archive Date
8/29/2019
 
Point of Contact
Paula Griggs
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Network Contracting Office (NCO) 07 has a requirement for Cincinnati Subzero Hypo-Hyperthermia Control System. The North American Industry Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing. Department of Veterans Affairs Atlanta VA Medical Center intends to award a Firm Fixed Price Contract for Cincinnati Subzero Hypo-Hyperthermia Control System. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019- 01 01/22/2019 This acquisition is 100% Set Aside for SDVOSB. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. The North American Industry Classification System (NAICS) Code associated with this procurement is 339112 Surgical and Medical Instrument Manufacturing and the business size standard is 1000. The Contract Line Item Numbers (CLINS), items, quantities and units of measure requested are: Item # Description/Part Number* Qty Unit 233-115V CSZ Blanketrol III, 115 V - Part ID 86107 6 EA 286R Hose Ext, Reuseable, 9 Ft - Part ID 91824 18 EA 4900B CBLEM 4900B REUSEABLE Part ID 39813 6 EA SALIENT CHARACTERISTICS Dimensions and Weight 17 W x 17 D x 37.5 H Weight: 131 lbs. (empty), 147 lbs. (full) Fluid Temperature Range 4 degrees C to 42 degrees C Patient Temperature Range 30 degrees C to 40 degrees C Reservoir Capacity 7.5 liter Modes of Operation Manual 5/6 Automatic modes: GRADIENT 10C MODE, GRADIENT 10C SMART MODE, GRADIENT VARIABLE MODE, GRADIENT VARIABLE SMART MODE, or MONITOR ONLY MODE Display Display that shows water temperature, set point, and patient temperature. Patient Safety / Alarms: Multiple, redundant sensors to monitor water temperature / patient temperature. High temp alarm with shutdown limit of ~ 44 degrees C (plus minus 2 degrees C). Low temp alarm with shutdown limit of ~ 2 degrees C (plus minus 2 degrees C). Low water indicator / alarm Audible / Visible alarm for patient temperature limits (upper and lower) Input Power: 110V (50/60 Hz) *Contractors providing equal products shall provide descriptive literature describing equal characteristics. All items must be covered by manufacturer s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their document ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. The provision at FAR 52.212-2, Evaluation Commercial Items does not apply to this acquisition. This acquisition will be evaluated based on price. This acquisition will be awarded to the lowest priced responsive and responsible offeror on an All or None basis, meaning that the offeror must be able to supply the total quantity requested of the acquisition to be considered for award. All offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items with their quote. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addenda are attached to the clause. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial items applies to this acquisition. Quotes shall be submitted via email to Paula.griggs@va.gov. All quotes and additional required documentation are to be received no later than 2:00 PM Eastern Standard Time on July 30, 2019. Please refer to the attached document Solicitation Provisions and Contract Clauses RFQ # 36C24719Q0807 for a complete listing of solicitation provisions and contract clauses applicable to this solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/36C24719Q0807/listing.html)
 
Place of Performance
Zip Code: 30904
 
Record
SN05380031-F 20190726/190724230034 (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.