Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2022 SAM #7568
SPECIAL NOTICE

65 -- Patient Monitoring & Capital Equipment

Notice Date
8/18/2022 8:52:30 AM
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111 USA
 
ZIP Code
19111
 
Solicitation Number
SPE2D1-17-R-0001
 
Response Due
9/30/2022 11:00:00 AM
 
Archive Date
10/01/2022
 
Point of Contact
Thomas Hinchliffe, Phone: (215) 737-8004, Diemhong Walters, Phone: 2157377203
 
E-Mail Address
thomas.hinchliffe@dla.mil, diemhong.walters@dla.mil
(thomas.hinchliffe@dla.mil, diemhong.walters@dla.mil)
 
Description
The Defense Logistics Agency Troop Support Medical Supply Chain (DLA) is responsible for the acquisition and management of patient monitoring Pharmacy Automation, Anesthesia and Anesthesia Monitoring Systems, Infant Care and Critical Care equipment, systems, subsystems, and components along with maintenance services, training, and incidental services related to the supply of the equipment for customers located in the United States and worldwide. The objective of this solicitation is to establish the next generation of the PMCE program with multiple award Indefinite Delivery/Indefinite Quantity contracts utilizing FAR 16.505 (b) multiple-award ordering procedures. The Scope of the program is as follows: The PMCE program will consist of (5) main categories of equipment to include Patient Monitoring, Pharmacy Automation, Anesthesia and Anesthesia Monitoring Systems, Infant Care and Critical Care. Patient Monitoring systems include but are not limited to Bedside Monitoring (Modular & Bedside); Fetal Monitoring (Bedside & Central); Transport (Vital Signs) Monitoring; Central Monitoring (Bedside & Telemetry); Specialty Monitoring (Cardiac Catheterization Systems, Angiographic Monitoring Systems, Magnetic Resonance Systems, Full Disclosure Systems, Cardiology Management/Analysis Systems), Holter Monitors, Telemetry Systems, Clinical Information Systems, Ventilators, Electrocardiograph (ECG) Systems, Electroencephalographs (EEG), Defibrillators and Defibrillator/Monitors (Automated External Defibrillators (AED) & Defibrillator/Monitors), Stress Test Systems (Treadmills & Stress Test Monitors). Pharmacy Automation will include: (Pharmacy Systems, Inpatient/Outpatient, Point of Use Systems, Refill Center Systems and Patient Queuing Systems). Anesthesia and Anesthesia Monitoring Systems include anesthesia machines and anesthesia monitoring devices. Infant Care includes infant warmers, incubators and other infant care devices. Critical Care�includes ventilators, defibrillators, and other equipment. All categories of equipment may include Upgrades,�Repair Parts, Software, Accessories, Maintenance and Other related equipment. Incidental services are standard commercial services that the contractor may be asked to perform in connection with supplying items under the scope of the contract. What constitutes an incidental service is fact specific and will be a function of factors such as type of service, amount charged for the service, dollar amount charged for the supplies, existence of a close relationship between the service and the item supplied, and the time required to perform the service. Maintenance, calibration or repair of certain equipment that meets all the conditions set forth in FAR 22.1003-4 (c) (1)(ii.) are allowable as long as the vendor provides full certification under FAR 52.222-48 - Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Certification (MAY 2014). Third party multivendor maintenance is allowable if all conditions at FAR 22.1003-4 (c)(1)(ii.) are applicable. The Government may issue delivery orders to lease equipment under the Indefinite Delivery Indefinite Quantity (IDIQ) contracts awarded from this solicitation based on a case-by-case evaiuation of comparative costs and other factors and determination that i is to the Government's advantage under the circumstances in accordance with FAR Subpart 7.4. Orders may be issued in support of requirements from the Department of Defense (DoD), other Federal Agencies/Organizations and foreign governments through the DoD foreign military sales programs. During the term of the contract DLA reserves the right to add other customer groups to be supported by this IDIQ contract All contracts shall have a five-year base period and a single option to extend contracts for an additional five-year term. Vendors shall support all CONUS locations, Alaska, Hawaii, and U.S. Territories. Vendors may be asked to support OCONUS locations outside of Alaska, Hawaii, and U.S. Territories. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. DLA intends to award IDIQ contracts under full and open competition to any responsible offeror who can comply with all solicitation requirements, including all technical requirements and its offered pricing can be determined fair and reasonable�The solicitation and attachments will be posted on https://www.dibbs.bsm.dla.mil. The solicitation is expected to be�issued on August 1, 2017 and to close on September 30, 2022 at 2:00 pm local Philadelphia time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/70902d45203b4f2b92e7f8a9f59b322c/view)
 
Record
SN06432081-F 20220820/220818230120 (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.