Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,1996 PSA#1658

Naval Medical Logistics Command, Code 05, Bldg 521, Ft Detrick, Frederik, MD 21702-5015

65 -- ISTAT POC BLOOD ANALYZER SOL N62645-96-R-0030. Contact Ralph Payne, Contract Specialist, 301/619-3018; Terry L Horst, Contracting Officer, 301/619-3012. The Naval Medical Logistics Command has a requirement for hand held point of care blood analyzers. The Navy intends to negotiate with i-STAT Corporation as the only one responsible source. This notice is not a request for competitive proposals. See Note 22. This requirement is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Request for Proposal under Solicitation N62645-96-R-0030. The Government contemplates award of a Firm Fixed Price Indefinite Delivery Indefinite Quantity contract. A proposal from i-STAT Corporation, Princeton NJ is being requested and a written solicitation will not be issued. i-STAT shall satisfy this requirement by providing the following Contract Line Items (CLINs); CLIN 0001, i-STAT Analyzer with Thermal Control (#210100) and Portable Printer (#111700) with Printer Cradle, MIN 92 each, MAX 660 each; CLIN 0002, Electronic Simulator (#130100), MIN 92 each, MAX 660 each; CLIN 0003, Level 1 Aqueous Control (#13100 (10 ampules/pk)), MIN 92 packs, MAX 6900 packs; CLIN 0004, Level 3 Aqueous Control (#132000 (10 ampules/pk)), MIN 92 packs, MAX 6900 packs; CLIN 0005, 6+ Cartridge (#121000-02 (25/pk)), MIN 92 packs, MAX 4500 packs; CLIN 0006, EG7+ Cartridge (#220300 (25/pk)), MIN 0 packs, MAX 300 packs; CLIN 0007, EG6+ Cartridge (220200 (25/pk)), MIN 0 packs, MAX 300 packs; CLIN 0008, G3+ Cartridge (#220100 (25/pk)), MIN 0 packs, MAX 300 packs; CLIN 0009, EC8+ Cartridge (#125000-02 (25/pk)), MIN 0 packs, MAX 300 packs; CLIN 0010, EC6+ Cartridge (#123000-02 (25/pk)), MIN 0 packs, MAX 300 packs; CLIN 0011, EC4+ Cartridge (#121500-02 (25/pk)), MIN 0 packs, MAX 300 packs; CLIN 0012, E3+ Cartridge (#120500-02 (25/pk)), MIN 0 packs, MAX 300 packs; CLIN 0013, G Cartridge (#120100-02 (25/pk)), MIN 0 packs, MAX 300 packs. The i-STAT analyzer shall meet the following Salient Characteristics: *The unit shall be capable of analyzing whole blood for Sodium, Potassium, Chloride, Urea Nitrogen, Glucose, Hematocrit and Hemoglobin. *The unit shall be capable of performing the above tests in three (3) minutes or less. *The Unit shall be hand held and shall weigh not greater than five (5) pounds. *The unit shall require a minimum sample size of not greater than 100 microliters. *The unit shall have a thermostatic control with a range not greater than 37+/- .2 deg C. *The unit shall be delivered with not less than six (6) months shelf life available at the time of receipt. *The reagents shall be totally self-contained precluding the need for external mixing. *The unit shall be appropriate for shipboard use. *The unit shall be capable of data transmission to a personal computer. *The unit shall be capable of storing results from not less than fifty (50) interactions. *The unit shall be capable of operating from battery power. *The unit shall indicate when battery power is low. *The unit shall include a portable printer with cradle. *The unit shall include one (1) set of any accessories required for initial start up of the unit. *The unit must comply with all applicable federal laws, including the Food and Drug Administration (FDA) regulations for marketing in the USA. Standard Manuals. The contractor shall provide a minimum of two (2) of all standard manuals to include service (wiring diagrams, schematics, and parts list), technical and operational manuals with each unit. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular Number 90-37. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition with the exception of (d), (e), (f), (h), and (i) of the clause, which are RESERVED. Proposal evaluation will be based on the technical description of the items offered, to include product literature, or other documents, to determine technical acceptability; and the Government's determination that the proposed price is fair and reasonable. To support the offered price, the offeror shall include copies of published commercial price list, or other documentation setting forth the prices charged to the general public. The Government will award a contract based on; 1) Determination of technical acceptability of items offered, and 2) Determination that the proposed price is fair and reasonable. i-STAT shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Additionally, i-STAT shall include a completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate, and 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate. FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following additional FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. In compliance with said clause, the following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.233-7000, Certification of Claims and Requests for Adjustment or Relief. CLINs shall be ordered by issuance of delivery orders. Such orders may be issued from date of contract award through September 30, 2001, or until the time the Government has placed orders totaling the ``maximum'' of the contract. In the event of conflict between a delivery order and the contract, the Contract shall control. The contractor shall furnish to the Government the items specified up to and including the quantity designated at the ``maximum''. The government shall order at least the quantity of items designated as the ``minimum''. There is no limit on the number of delivery orders that may be issued. The government may issue orders requiring delivery to multiple locations. All delivery orders shall contain the following information: Date of order; Contract number and order number; Item number(s) and description, quantity, and unit price; Delivery Date(s); place of delivery (including consignee); packaging and shipping instructions (if any); Accounting and appropriation data; payment office and address. i-STATS proposal is due at Naval Medical Logistics Command by 1:00 pm (local time) on or before September 6, 1996. Point of contact is Ralph Payne, 301/619-3018. (222)

Loren Data Corp. http://www.ld.com (SYN# 0440 19960813\65-0001.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page