Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2003 FBO #0489
SOLICITATION NOTICE

65 -- Anesthetic Gas Detection System

Notice Date
4/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
DADA13-03-T-0019
 
Archive Date
6/3/2003
 
Point of Contact
Wanda Reed, 253-968-4916
 
E-Mail Address
Email your questions to Western Regional Contracting Office
(wanda.reed@nw.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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; quotations a re being requested and a written solicitation will not be issued. This solicitation DADA13-03-T-0019 is being issued as a Request for Quotation. This solicitation document and incorporated clauses/provisions are those in effect through Federal Acquisition Circular 2001-12. NAICS Code is 339112 and the size standard is 500 employees. This solicitation is issued as full and open competition. The Western Regional Contracting Office intends to award a firm fixed price puchase order for the following commercial item(s) manufactured by SIMS BCI Inc., and distributed through BCI International. Item No. 0001- 4 each Anesthetic Gas Detection Systems consisting of a gas detection device and a enviropure filter capable od detecting and removing halogenated gasses that are escaping into the atmosphere after the scrubber becomes full; TECHNICAL /SALIENT CHARACTERISTICS: The Anesthetic Gas Detection shall be suitable for use in any clinical environment to include hospital operating room, clinic, emergency department or fi eld environment. The system shall have the following technical specifications/anesthetic characteristics: Factor A- The unit shall be mobile and attach to any low-pressure anesthetic waste gas stream. Factor B- The unit shall be capable of being upgraded a t a later date this will include improvements in the detection software. Factor C- The unit shall be able to savenge all clinically available volatile inhalational anesthetic agencts available for clinical use in the United States. Factor D- The unit shall be able to function with a total gas flow of up to 8 liters per minute. Factor E- The unit with canister will not exceed 10 pounds in weight. Factor F- The unit will operate on a standard battery source. Factor G- The unit will have an integrated alarm si gnaling need for change of the charcoal canister. Factor H- The unit shall not require FDA approval for marketing a medical device within the United States because this is not a product for human use. It is a non-clinical use proof-of-concept device. Item No. 0002 ? 2 each Operators and Service Manual for each system. Delivery schedule: State estimated delivery time for receipt of item(s). Ship to address is Madigan Army Medical Center, Bldg 9040A, Fitzsimmons Drive, Tacoma, WA 98431. Request FOB Destinatio n pricing. BASIS OF SELECTION ? Brand Name or Equal - Selection will be made based on technical capability, price, and past performance. Quoters shall submit along with their pricing a written technical representation that contains the following informati on for evaluation of quotes. Technical Capability - A discussion of the company?s experience, descriptive literature (e.g., illustrations, drawings, and brochures) to establish for the purpose of evaluation details of the product offered that are related t o design, materials, components, performance characteristics, and methods of manufacture. If the quoter plans to provide other than the brand name cited, your quote must include the manufacturer and catalog or part number you intend to furnish. You will be asked to provide documents that clearly describe the item(s) so that it/they can be evaluated. Item(s) otherwise equal or refurbished may not satisfy the requirement due to differences in material composition, size, and environmental application. If an it em is furnished which does not meet the requirement, the item will be returned at the quoter?s expense for a full refund. If the quoter is not an authorized distributor for the item(s) quoted, quoter must explain in detail where and how the company intends to obtain the item(s) to meet the delivery schedule in regards to technical capability. Past Performance - Quoters shall provide a maximum of two references wi th whom recent past performance can be verified. Provide the scope of work, the contract number, dollar value, name, title, and a telephone number of the person with whom to speak regarding your performance related to conformance with contract requirements ; standards of good workmanship; adherence to contract schedule; reasonable and cooperative behavior and; commitment to customer satisfaction. The Government as part of the evaluation process may consider information that is obtained from other sources. NO TE: Quotes submitted which do not include a written technical representation that addresses the evaluation factors A-H may not be considered for selection. The Government reserves the right to select a quote other than the lowest price. The following FAR c lauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; however, sub-paragraphs (g) and (h) are deleted as this is an RFQ; FAR 52.211-6 Brand Name or Equal; FAR 52.212-3 Offeror Representations and Certification s-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (all offerors are to include with their response a completed copy of FAR 52.212-3 and DFARS 252.212-7000). Further, offers must contain all commercial terms , conditions and provisions under which the offeror conducts business in the commercial marketplace, and warranty terms and conditions. Offers that fail to furnish required representations or information, or reject the terms and conditions of this solicita tion may be excluded from consideration. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions require to Implement Statutes and Executive Order-Commercial Items (the following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest After Award; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O 11246); FAR 5 2.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.232-33 Payment by Electronic FundsTransfer?Central Contractor Registration; FAR 52.252-1 Solicitation Provisions Incorporated b y Reference; FAR 52.252-2 Clauses Incorporated By Reference; DFARS 252.212-7000 Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to De fense Acquisitions of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.247-7023 Transportation of Supplies by Sea, Alt III; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; DFARS 252.204-7 004 Central Contractor Registration; The complete text of any or all of the clauses/provisions effective on the date of the latest Federal/Defense Acquisition Circular is also available electronically from the following websites: http://farsite.hill.af.mil and www.acq.osd.mil/dp/dars/dfars.html . Facsimile Transmission- the RFQ and technical literature and written representation may be submitted via facsimile to (253) 968-4923. Receiving equipment is a Canon Laser Class 7500 Plain Paper Facsimile, or e-mail to wanda.reed@nw.amedd.army.mil, NLT 04 April 2003, at 1600 hours PST. Hard copies in MS Word 97 or equivalent format, can be mailed to Western Regional Contracting Office, Madigan Army Medical Center, ATTN: Wanda Reed, 9902 Lincoln Street, Tacoma, WA 984 31. Quoters must provide as a minimum within the format: 1) RFQ number; 2) Name, address, and telephone number of point of contact of quoter; 3) Item Nos. 0001 through 0002 Price; 4) A completed copy of FAR 52.212-3 and DFARS 252.212-7000 Offeror Represent ations and Certifications-Commercial Items; 5) Sufficient technical literature to allow the Contracting Officer to evaluate; 6) Provide a minimum of two (2) cur rent references for past performance information to include point of contact name, telephone number and type of supply for whom contracts have been satisfactorily completed. Quoters are responsible for accurate addresses and telephone numbers for submitted past performance information. Item(s) not clearly described will not be considered. Item(s) otherwise equal may not satisfy the requirement due to differences in environmental application, etc.
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
Country: US
 
Record
SN00293073-W 20030403/030401213736 (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.