Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2002 FBO #0290
SOLICITATION NOTICE

65 -- Medical Equipment

Notice Date
9/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PS-2002-142
 
Point of Contact
Cecilia Morales, Purchasing Agent, Phone (301) 435-0366, Fax (301) 480-3345,
 
E-Mail Address
cm71f@nih.gov
 
Description
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. The soliciatation number is NHLBI-PS-2002-142, and is issued as a Request For Proposal (RFP). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-08. The North American Industry classification (NAICS) Code is 421450 and the Size Standard 100 employees are used for this requirement. There are no small business set-aside restrictions for this requirement. This acquisition is being conducted under simplified acquisition procedures. The National Heart, Lung, and Blood Institute intends to purchase one (1) each, SyncraTilt Option System, manufactured by Philips Medical Systems, catalog #ZD2101. This system is to upgrade the current Philips Medical System AD-5 Table. The specifications of the SyncraTilt Option are as follows: Patient support ?Angio diagnost 5', provided with a flat carbon fibre tabletop: Metal-free overhang 125 cm (49.2 inch); Floating tabletop movement of 100 cm (39.4 inch) longitudinal and 2 x 18 cm transversal (2 x 7.1 inch); Motorised height adjustment from 76 to 104 cm (29.9 to 40.9 inch) Separate operating modules for geometry and imaging functions can be attached to either side of the tale while operation remains intuitively logical. The system includes the following set Patient accessories: 5 (five) rail accessory clamps - Translucent catherisation arm rest, 2 (two) tabletop accessory clamps - dripstand and Mattress - 2 handgrips. The SyncraTilt has the option to enhance the accuracy and efficency of gravity-oriented procedures. It is ideal for interventional, myelography, phlebography and head down procedures; it provides more precise imaging of contrast medium, blood, or objects in the body. The isocentre is automatically located at the isocentre of rotation and angulation of the stand. The tilt isocentre changes to match with the new stand position when the longitudinal position of the stand changes. As the table tilts, the X-ray beam automatically coordinates to the movement. The table floats even when tilted, and the region of interest can be followed by panning the tabletop. When combined with the Bolus Chase option, the SyncraTilt enables phlebography to be performed with head-up tilted patient. The option provides: maximum tilt range of -28 degrees head down tilt (HDT) to +20 degrees head up tilt (HUT), automatic safeguarding system with manual override; the panning range in tilted plane is equal to the standard tabletop specifications (longitudinal 100 cm (39.4 inch), lateral 36 cm (14.2 inch)). The provisions of FAR Clause 52.212-1, Instructions to Offeror-Commercial Items, applies to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The contractors must submit written descriptive literature, an itemized price list and warranties of the product quoted. The evaluation procedure is based upon the descriptive literature of the system. The award will be made to the lowest priced, technically acceptable quote meeting the Government requirements. The Government intends to evaluate offers and award a contract without discussions with contractors. Therefore the initial offer must contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addenda to the clause read as follows: The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The Far Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://WWW.arnet.gov/far. Interested vendors capable of furnishing the government with the items specified in this synopsis should submit two (2) copies of a quotation to the below address. The quotation must reference solicitation number NHLBI-PS-2002-142. The Government intends to award a contract by September 27, 2002. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, 6701 Rockledge Drive, Bethesda, MD 20814-7902, Attention: Ms. Cecilia Morales. Fax quotations will only be accepted if dated and signed by an authorized company representatitve.
 
Record
SN00167609-W 20020918/020916213244 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.