|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1998 PSA#2037DIR OF CONTRACTING WALTER REED AMC, ATTN MCHL Z BLDG T 20, 6825 16TH
STREET NW, WASHINGTON, DC 20307-5000 65 -- CUSTOM PERFUSION PUMP PACKS SOL DADA15-98-R-0015 DUE 031298 POC
Contract Specialist: J. MCDONALD (202) 782-1171; or Earl Muse (Site
Code DADA15) This is a combined synopsis/solicitation for commercial
items prepared in accordance with the format in FAR Subpart 12.6, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation, proposals are being
requested and a written solicitation will not be issued.
DADA15-98-R-0015 is issued as a Request for Proposal (RFP). This
solicitation documents and incorporates provisions and clauses in
effect through Federal Acquisition Circular 90- 46. This acquisition is
solicited as sole source Medtronic, Inc.; all items shall be compatible
with their heart-lung machine. Standard Industrial Classification is
3841, and, the Small Business size is 500 employees. Contract Line
Items (CLINS): 0001, Base Year for the period of Date of Award through
30 SEP 98, Custom Perfusion Pack, Cat#: XXOD79R2, consisting of Maxima
Forte Hollow Fiber Oxygenator with polyolefin fibers, hard shell venous
return reservoir, pre-bypass particulate filter, cardioplegia filters,
cardioplegia delivery system and venous oxygen saturation cells; unit
of issue is approximately 135 units for the contract period. Option
Year One (1), for the period 1 OCT 98 through 30 SEP 99, Custom
Perfusion Pack, Cat#: XXOD79R2, consisting of Maxima Forte Hollow Fiber
Oxygenator with polyolefin fibers, hard shell venous return reservoir,
pre-bypass particulate filter, cardioplegia filters, cardioplegia
delivery system and venous oxygen saturation cells; unit of issue is
approximately 180 units for the contract period. 0003, Option Year Two
(2), for the period 1 OCT 99 through 30 SEP 00, Custom Perfusion Pack,
Cat#: XXOD79R2, consisting of Maxima Forte Hollow Fiber Oxygenator with
polyolefin fibers, hard shell venous return reservoir, pre-bypass
particulate filter, cardioplegia filters, cardioplegia delivery system
and venous oxygen saturation cells; unit of issue is approximately 180
units for the contract period. Option Year Three (3), for the period 1
OCT 00 through 30 SEP 01, Custom Perfusion Pack, Cat#: XXOD79R2,
consisting of Maxima Forte Hollow Fiber Oxygenator with polyolefin
fibers, hard shell venous return reservoir, pre-bypass particulate
filter, cardioplegia filters, cardioplegia delivery system and venous
oxygen saturation cells; unit of issue is approximately 180 units for
the contract period. Option Year Four (4), for the period 1 OCT 01
through 30 SEP 02, Custom Perfusion Pack, Cat#: XXOD79R2, consisting of
Maxima Forte Hollow Fiber Oxygenator with polyolefin fibers, hard shell
venous return reservoir, pre-bypass particulate filter, cardioplegia
filters, cardioplegia delivery system and venous oxygen saturation
cells; unit of issue is approximately 180 units for the contract
period. Contractor shall ship approximately fifteen (15) items per
month, FOB Destination, based on the issued delivery order. All items
shall be delivered to Cardiovascular Perfusion, Rm. 4610, 4th Floor;
Bldg. 2, Walter Reed Army Medical Center, Main Post, 6825 16th St., NW;
Washington, DC. 20307-5000. Far Provision 52.212-1, Instruction to
Offerors -- Commercial Items, applies with the following addenda:
paragraphs (h) and (i) of this provision do not apply. The following
factors shall be used to evaluate offers: Evaluation will be based on
(1) Past Performance; (2) Technical (a) Technical capability of the
item offered to meet the Government requirement, and (b) Delivery Terms
-- ability to meet required delivery schedule and (3) Price. Factors
are equal in importance. Offerors shall provide a completed copy of FAR
Provision 52.212-3, Offeror Representation and Certifications --
Commercial Items, and DFARS 252.212-7000, Offeror Representations and
Certifications -- Commercial Items, with their quote. FAR Clause
52.212-4, Contract Terms and Conditions -- Commercial Items, applies
with the following addenda: FAR 52.217-5, Evaluation of Options;
52.217-9, Option to Extend the Term of the Contract; 52.216-18,
Ordering; 52.216-19, Order Limitations; and, 52.216-21, Requirements.
FAR 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items applies including:
52.203-6, 52.203-10, 52.212- 26, 52.222-35, 52.222-36, 52.222-37,
52.225-3, 52.225-9, 52.225-18, and 52.225-21. DFAR 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial Items
applies including: 252.225-7001, 252.225-7007, 252.225- 7036,
252.227-7015 and 252.247-7024. The Defense Priorities and Allocations
Systems (DPAS) assigned rating for this procurement is C9B. Walter Reed
Army Medical Center intends to award a firm fixed price Requirement
Contract to begin upon date of award through 30 SEP 98 with four (4)
option years ending 30 SEP 2002. An exhibit of the custom pack will be
available at time of publication in CBD, which details the
requirement. Contractor must be able to fulfill the requirements of
this notice. All responsible sources may submit a proposal which shall
be considered by the Government. Proposals can be mailed or hand
delivered to: Walter Reed Army Medical Center, Directorate of
Contracting, Supply and Equipment Branch, 6825 16th St., NW; Bldg.
T-20, First Floor, Washington, DC 20307-5000 by close of business 12
MAR 1998. Proposals must include the following information: the
solicitation number, company name, point of contact, address, phone
number, fax number, business size, DUNS number, CAGE code, unit price,
total extended price, payment terms and remittance address. In
addition, submit a list of 3 past or present contracts (during the last
three years) that are similar in nature to the items required, include
names, addresses and telephone numbers (voice and fax) of point of
contacts that are familar with your company's performance on the
contracts listed; and any literature that explains how your company is
able to meet the technical aspects of the requirement. For additional
information contact Joyce McDonald (202)782- 1171 or Earl Muse. See
Numbered Note 22. (0050) Loren Data Corp. http://www.ld.com (SYN# 0324 19980223\65-0009.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|