Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

65 -- Centese Digital Pleurovac (Brand Name or Equal)

Notice Date
7/1/2024 12:41:03 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-CC-24-008307
 
Response Due
7/11/2024 1:00:00 PM
 
Archive Date
07/26/2024
 
Point of Contact
Lu Chang
 
E-Mail Address
lu-chang.lu@nih.gov
(lu-chang.lu@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-04. The North American Industry Classification System (NAICS) code for this procurement is 339112 - SURGICAL AND MEDICAL INSTRUMENT MANUFACTURING (size standard: 1000 employees). The requirement is being competed as a Brand Name or Equal (full and open competition) requirement and is NOT a small business set aside. The Solicitation number is RFQ-CC-24-008307 and the solicitation is issued as a Request for Quotes (RFQ). ____________________________________________________________________________________ The National Institute of Health, Clinical Center (NIH-CC, �Program�) is currently using pleurovacs for patient care. Program is looking to standardize a Digital Pleurovac system. The Centese Thoraguard Surgical Drainage System offers integrated suction capabilities to facilitate patient�mobilization, ambulation, and transport under prescribed suction without needing to connect to the wall or separate�suction device. Other functionalities include, but are not limited to; digital fluid measurements with hourly trends for precise assessment of fluid changes, quantitative air leak measurement with history graphs to objectively identify and assess pulmonary air leak compared to conventional ""looking for bubbles"" resulting in safer and sooner removal of chest tubes with fewer CXR, pleural�assessment feature to assess pleural chest tube patency, nonstop safety monitoring to immediately notify care team of any drainage related problems such as: disconnected chest tub, excessive bleeding, kinked line, system knock over, low battery, needless sample port for fluid sample collection without tube puncture as well as active suction level monitoring to ensure proper suction level transmission regardless of drain elevation The NIH is looking to procure 2x Centese Thoraguards Drainage Kits (6 pk) and 6x Centese Digital Pleurovac Modules. Offerors must provide this exact brand of items OR provide an alternative brand of items that are functionally equal or substantially similar, and can meet the following salient requirements: 1. Digital chest drain capable of allowing therapy targets to be set (This improves and increases patient safety via continuous monitoring) 2. Notify users when targets are achieved. (This shortens the time that chest tubes are in place and therefore benefits the patient from a pain standpoint.) 3. Has a digital water seal equivalent (Without water seal setting, this limits the options for management of patients) 4. Measures air leak with a resolution of 1 ml/min from 0-15 ml/min (improves patient safety by ensuring that the leak is truly resolved prior to tube removal) 5. Self-clearing chest tube option. (Clot formation within the tube impedes drainage. Self-cleaning provides on demand clearing of the tube to prevent a blocked line-patient complications) 6. Self-cleaning capabilities across multiple lines. (Post operative thoracic surgery patients can have multiple chest drains in place. The self-cleaning technology allows the user to maintain drain patency and avoid urgent unplanned surgeries as a result of compromised drains) 7. Onsite training 8. 24 hour technical support 9. Able to hang from hospital bed securely 10. Features to prevent unit from tipping over 11. Access port to retrieve samples ____________________________________________________________________________________ Place of Performance or Delivery: Delivery is estimated to be within four (4) weeks of award. Place of Performance: 10 Center Drive BLDG 10 - Clinical Center��� Room B2C123� Bethesda, MD 20892 The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEPT 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (DEC 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEP 2023) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. The government intends to award a �firm fixed price� order (in the form of a PO, IDIQ, or BPA) to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The government will evaluate quotes to determine the proposal that conforms to the solicitation and presents the best value to the government (eg. the most advantageous to the Government based on price, performance, availability of funds, etc.). The award will be made based on technical capability to meet the requirements/technical factors, price, and past performance. Submission shall be received not later than 07/11/2024 by @ 4:00 PM EST. Offers may be emailed to Lu Chang at by the date and time stated above. Late submission shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via email to the respective contacts above. Offers shall include RFQ number in the subject line (RFQ-CC-24-008307). Offers shall also include the price, delivery timeframes, and any other required documentation/information as mentioned above. Offers that do not meet these requirements may be excluded from consideration.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/439f4dda014f447f9bc4d69b86083509/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07114115-F 20240703/240701230112 (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.