Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 9,1998 PSA#2047

Naval Medical Logistics Command, Code 05, 521 Fraim Street, Ft. Detrick, MD 21702-5015

65 -- BLOOD FLUID WARMERS AND DISPOSABLE SETS SOL N62645-98-R-0013 DUE 040798 POC Rick Elder, 301/619-7465, Contract Specialist; Gail Kennedy, 301/619-3011, Contracting Officer This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. The Navy is soliciting a proposal and intends to negotiate and award a contract with Level 1 Technologies Incorporated as the sole source. This is not a request for competitive proposals. See CBD Note 22. The solicitation is issued as a request for proposal (RFP). The solicitation number is N62645-98-R-0013. The RFP document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03. The Government contemplates award of a Firm Fixed Price Indefinite Delivery/Indefinite Quantity contract. The Government will order at least the quantity (qty) of items designated as the "minimum"; Level 1 Technologies shall furnish the quantity of items designated as the "maximum" if required by the Government. Level 1 Technologies shall satisfy this requirement by providing the following contract line items (CLINs): CLIN 0001, Hotline Blood/Fluid Warmer, Level 1 Technologies part number HL-90, minimum qty of 50 each (ea), maximum qty of 200 each. CLIN 0002 Disposable IV Fluid Warming Set for HL-90, Level Technologies part number L-70, minimum qty of 30 each; maximum qty of 105 each. Description of requirements for Blood/Fluid Warmer: Item shall be the Department of Defense Deployable Medical System standardized blood/fluid warmer. It shall be capable of being used as a free standing unit and an IV pole attachment for use in warming bloods and IV fluids during infusion. It shall warm along the entire length of patient line to minimize temperature loss during delivery. It shall be capable of delivering fluids at 35 degrees centigrade (C) to 40 degrees C with flow rates ranging from 75ml/hr to 5000 ml/hr at minimum. It shall have a high temperature cut off such that blood/fluid temperature does not exceed 42 degrees C in accordance with the American Association of Blood Banks. The unit shall have both audible and visual alarms for high temperature. It shall be capable of operating from 115V + or -- 10%, 60Hz + or -- 2. It shall display temperature. It shall allow for fast and easy set up of disposables and shall not operate if disposables are incorrectly installed. Proposed prices shall be FOB Destination. The destination for the minimum quantity of 50 each is as follows: qty of 24 to Defense Distribution Depot, Naval Station, 32nd Street Facility, Building 3304, Wooten Street, San Diego, CA 92136; qty of 20 to Defense Distribution Depot, Receiving Officer, Building W-143, 1st Floor, 1968 Gilbert Street, Norfolk, VA 23511-3392; qty of 6 to Ingalls Shipbuilding Corp., Central Receiving Warehouse, West Bank, Building 221, Pascagoula, MS 39568. Items, including the minimum quantities, will be ordered by issuance of delivery orders. Such orders may be issued from date of contract award through July 13, 2003. The contract will expire on that date or sooner if the maximum quantities are ordered before July 13, 2003. All delivery orders are subject to the terms and conditions of the contract. In the event of a conflict between the delivery order and the contract the contract will control. There is no limit on the number of delivery orders that may be issued. Delivery orders may be issued requiring delivery to multiple destinations. Delivery orders will contain the following information: date of order; contract and delivery order number; CLINs; quantity; unit price; delivery date; destination; packaging and shipping information if any; accounting and appropriation data; payment office and address. The provision at 52.212-1, Instructions to Offerors -- Commercial applies to this acquisition. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items applies; Offerors shall provide a completed copy with their proposal. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The additional FAR clauses that are applicable are: 52.216-18, Ordering; 52.216-19, Order Limitations; 52.216-22 Indefinite Quantity; 52.222-3, Convict Labor; 52.233-3, Protest after Award; 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; 52.222-26, 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. Defense Federal Acquisition Regulations that are applicable are 252.212-7000 Offeror Representations and Certifications -- Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252-225-7001 Buy American Act and Balance of Payments Program; 252.225-7007 Trade Agreements; 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate; 252.225-7036 North American Free Trade Agreement Implementation Act. The proposal from Level 1 Technologies is due at the Naval Medical Logistics Command, Code 05, by 1:00 PM local time April 07, 1998. Point of contact is Rick Elder, phone 310-619-7465; fax 310-619-2925.***** (0064)

Loren Data Corp. http://www.ld.com (SYN# 0336 19980309\65-0006.SOL)


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