Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2021 SAM #7085
SOLICITATION NOTICE

65 -- Cryo-Ablation Portable System

Notice Date
4/23/2021 8:09:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
W40M REGIONAL HEALTH CONTRACTING OF FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0221Q0104
 
Response Due
5/14/2021 9:00:00 AM
 
Archive Date
05/29/2021
 
Point of Contact
Walter J Bischoff, Phone: 3604860707, Fax: 3604860787
 
E-Mail Address
walter.j.bischoff.civ@mail.mil
(walter.j.bischoff.civ@mail.mil)
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is solicitation, no. W81K0221Q0104; Purchase Request; 0011626670, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-04.� The associated North American Industrial Classification System (NAICS) code for this procurement is 334510; Size Standard for small business is 1,250 employees. �RFQ is being issued as Unrestricted.� �This requirement is for the Vascular & Interventional Radiology Department, Madigan Army Medical Center, Joint Base, Lewis-McChord (JBLM) FT Lewis Washington. ��The proposed purchase order is a one-time procurement for LINE ITEM 0001 & 0002: LINE ITEM:� 0001 ��CryoAblation Portable System���������������������������� ����������� 01 ����� EACH LINE ITEM:� 0002�� Freight / Shipping to Washington State��������������������������� 01������ EACH �������� �All responsible Contractors shall provide an offer for the following Brand Name or Equal Products that have similar, equal or better characteristics than IceFX CryoAblation System. Salient Characteristics Device must be portable enough for mid-procedure adjustments without disrupting or removal of any placed ablation probes.� Must allow for single gas thawing versus needing multiple gasses which mitigate storage space and increase costs for the MTF.� Must allow for a minimum of 5 probe placements.� Must have multiple thermal sensors to monitor location and accurate ablation temperatures and verify location placement.� Device must work in conjunction with malleable cables that prevent inadvertent alignments when performing imaging progress. Product must be user friendly, allowing radiologic technologists to operate the machine without requiring a technical expert from the vendor for each use. Step by step instructions and safety measures must be inherently built into the machine to prevent operator error during the non-single use portion of the procedure. ����������������������������������������������������������� Technical Specifications Operating Conditions: Temperature: 10�C to 40�C��������� Relative Humidity: 30% to 70% Storage Conditions: Temperature: -15�C to +50�C��������� Relative Humidity: 10% to 90% Mechanical Specifications Console:� ���������������������������� Maximum Weight: 44 (lbs.) Height: at least: 11�monitor down, 19� monitor up�������� Footprint:� No larger than: 14 x 21 in. Mechanical Specifications Cart: ������ ����������������������������� Maximum Weight: 50 (lbs.)����� Maximum Height: 36 in.���������� ����������������������������������� Footprint: No larger than: 18 x 21 in. Gas Supply Specifications:�� Argon Gas � Purity Level: 99.998% or higher.� Solid Particle Size: < 5 ppm Gas Cylinder Specifications: Maximum Pressure: 41.4MPa 6000 psi.������������ Gas Cylinder Volume:� 42 � 50L Connector Valve:� CGA677 EVALUATION OF FACTORS: � Award will be made based on Technically Acceptable, then Lowest reasonable price.� Offeror submission must include enough information to clearly demonstrate to the Contracting Officer whether or not product services meet the salient and technical specifications listed above.� The evaluated price will be the total price of the quote, to include all fees as indicated, cold storage, freight charges, & technician escort travel as required in the solicitation. Technical Factors are more important than Price.� Price must be determined to be fair and reasonable. ����� The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror�s - Commercial Item; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.232-33 Payment by Electronic Funds; 52.252-2 Addendum to 52.212-1. �The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES�� 1. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply;� 52.204-24 Representation Regarding Telecommunication & Video Surveillance Services, or Equipment, 52.204-25 Prohibition on Contracting for certain Telecommunications & Video Surveillance Services & Equipment, 52.204-26 Covered Telecommunications Equipment or Services Representation, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; �52-211-6 Brand name or equal;� 52.219-6 Notice of Total SB Set-side; 52.219-28 Post Award SB Program Re-representation;� 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases;� 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claims. The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials; 242.203-7002 Requirements to inform employees of whistleblower rights; 252.204-7003 Control of Government personnel work product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation); 252.204 7015 Disclosure of Information to Litigation support contractors; 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; �252.211-7003 Item Unique Identification and Valuation; �252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium; �252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program; 252.225-7048 Export Controlled Items,; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.232-7010 Levies on Contract Payments, �252.247-702; Transportation of Supplies by Sea; 252.244-7000 Subcontracts for Commercial Items and Commercial Components. � The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.acquisition.gov/browse/index/far. The following documents will be included as attachments to be completed and submitted with the solicitation package. Attachment #1:� Federal Registry (Information, read only) Attachment # 2: 2-3 FAR Section 889, Prohibition on Contracting with Entities, (Contractor Fill-In Letter) � All vendors will be required to submit invoicing through the on-line website Wide Area Work Flow Suite electronic invoicing system, known as WAWF. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov .� **Offers are due by 14 May 2021 @ 12:00 Noon, Pacific Standard Time. �Submit signed and dated offers via email to: Walter Bischoff at email: walter.j.bischoff.civ@mail.mil.� **Note:� RFQ Offers must contain, the Solicitation Number, Contractor�s Representative Name & signature with the date and pricing for each CLIN.�� Any required Attachments, completed and signed in order to be accepted for consideration. *** � Contracting Office: Regional Health Contracting Office-Pacific Joint Base Lewis-McChord (JBLM), Health Contracting Cell, 673 Woodland Square Loop SE, Suite 101 Lacey WA 98503 Place of Delivery: Madigan Army Medical Center Bldg. 9040 Fitzsimmons Drive Tacoma WA 98431-1100 If there are any questions, please present your questions to; Walter J. Bischoff; Only by Email prior to the closing date of this solicitation:� walter.j.bischoff.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4e6480506712451ab6958495ffa023a7/view)
 
Place of Performance
Address: Marlborough, MA 01752, USA
Zip Code: 01752
Country: USA
 
Record
SN05981902-F 20210425/210423230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.