|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 4,1997 PSA#1965Contracting Officer (Code 520), Naval Construction Battalion Center,
5200 CBC 2nd Street, Gulfport, MS 39501-5001 65 -- HOSPITAL EQUIP SOLNBR>N62604-98-Q-U-501 DUE 111797 POC Point of
Contact -- Carmen D. Urbati, 601-871-2281 E-MAIL: Naval Construction
Battalion Center, cdurbati@cbcgulf.navfac.navy.mil. This is a brand
name or equal combined synopsis/solicitation for commercial items
prepared in accordance with the format in FAR Subpart 12.6 as
supplemented with additional information provided in this notice. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 90-45 and Defense
Acquisition Circular 91-11. This announcement constitutes the only
solicitation. Quotations are being requested and a written solicitation
will not be issued. The solicitation number is N62604-98-Q-U501 and is
issued as a Request for Quotation (RFQ). This acquisition is
unrestricted. The standard classification code is 5047, small business
size standard is 500 employees. A firm-fixed price purchase order will
be issued under the Simplified Acquisition Procedures. Contract Line
Item 0001 is for two (2) Newborn Hearing Screener, Automated, equal to
Natus Algo 2 #40. Essential characteristics: 1. Self contained,
transportable workstation for infant hearing screening that includes:
A. Automated auditory brainstem response testing; B. Otoacoustic
emission testing . 2. Allows for simultaneous testing of both ears of
infant. 3. Technical specifications to include: A. Auditory stimulator
delivers 35 decibel clicks to each ear with click duration of 100
microseconds; B. Alternating polarity of the stimulator; C. Acoustic
frequency spectrum of 600-6000 Hz (+/- 5 dB). D. Ambient artifact
rejection: 50 decibels SPL @2 kiloHertz; E. Myogenic artifact
rejection: 2 microvolts rms @ 275 Hertz. 4. Workstation to include a
readout display panel. 5. Readout to include measurement of: A.
Electrode impedance; B. Ambient interference; C. Myogenic interference.
6. Workstation to include label printer capability. 7. Mobile on
casters. Maximum dimensions: 20" W x 12" D x 12" H. Electrical:
110V/60Hz/1Ph. Training: On site operator/user training. Two (2) sets
of Operating & Service Manuals. Contract Line Item 0002 is for one (1)
case of Disposable Starter Kit, equal to Natus P/N 024 Custom-Pak
DP-36. Each box contains: 30 pairs of ear couplers; 40 triplets of
Jelly Buttons; 50 report stickers; 2 packs of Dri- Prep. If other than
brand name identified is offered, the offeror shall indicate the
manufacturer, brand, model/part number and a description in sufficient
detail to show that the product offered meets the brand name
specified. Note: The offeror shall furnish as part of its offer all
descriptive literature and technical data sheets necessary for the
purchasing activity to determine whether the products offered meet the
salient characteristics of the solicitation. Failure to provide this
information will cause your quotation to be rejected. Delivery FOB
Destination, Gulfport, MS, 30 calendar days after award. This
solicitation is issued as a request for quotes (RFQ). The following
Federal Acquisition Regulation (FAR) provisions and clauses apply to
this acquisition: 52.212-1 Instructions to Offerors-Commercial,
52.212-2 Evaluation-Commercial Items. NCBC will use the following
factorsto evaluate quotes, in descending order of importance: A.
Technical capability of the item offered to meet the Government
requirement and B. Price. The Government reserves the right to make
award of the initial offer received without discussions. The Government
will award a contract resulting from this solicitation to the
responsible offeror whose quote conforming to the solicitation will be
most advantageous to the Government, price and technical capability
considered. Companies wishing to respond to this solicitation should
provide this office with the following: A price quote, submitted on
your company letterhead or your standard company quotation forms, for
the requested items showing solicitation number, unit price, extended
price, FOB, prompt payment terms, delivery time, and correct address.
OFFERS MUST BE SIGNED. Each offer shall include a completed copy of the
provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror
Representations and Certifications -- Commercial Items, their Dun &
Bradstreet Code, and their Commercial and Government Entity (CAGE)
Code. Those companies not in possession of the provisions in full text
may contact this office and a copy will be faxed to you. The contract
clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial
Items is incorporated by reference and applies to this acquisition. The
clause at FAR 52.212-5 and DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statues or Executive Orders --
Commercial Items, applies to this acquisition. The following additional
FAR clauses cited in this clause are applicable: FAR 52.222-26 Equal
Opportunity, 52.222-35 Affirmative Action for Special Disabled and
Vietnam Era Veterans, 52.222-36 Affirmative Acton for Handicapped
Workers, 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era. DFARS 252.225-7001, Buy American Act and
Balance of Payment Program, DFARS 252.225-7036, North America Free
Trade Agreement Implementation Act. The contractor shall extend to the
Government full coverage of any standard commercial warranty normally
offered in a similar commercial sale. Acceptance of the warranty does
not waive the Government's rights with regard to the other terms and
conditions of the contract. In the event of a conflict, the terms and
conditions of the contract shall take precedence over the warranty. The
warranty period shall begin upon final acceptance of the items listed
in the schedule. All questions concerning this RFQ must be submitted in
writing, no telephonic responses will be processed. Questions should be
faxed to Carmen Urbati, FAX 601-871-2691/3212 by November 12, 1997.
Quotations are due on November 17, 1997, 2:00 p.m. to Contracting
Officer (Code 520, 5200 CBC 2nd Street, Gulfport, MS 39501-5001.
Facsimile quotations acceptable, FAX 601-871- 2691/3212. No oral
quotations will be accepted. All responsible sources may submit a
quotation which shall be considered. (0304) Loren Data Corp. http://www.ld.com (SYN# 0293 19971104\65-0001.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|