Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 4,1997 PSA#1965

Contracting 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