Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2004 FBO #0773
SOLICITATION NOTICE

65 -- Ceiling Mounted Medical Examination Lights

Notice Date
1/7/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-04-R-0003
 
Response Due
1/21/2004
 
Archive Date
1/22/2004
 
Point of Contact
Wendy Graybill, Acquisition Specialist, Phone (301) 619-2061, Fax (301) 619-2925, - Susan Wellen, Contracting Officer, Phone 301-619-3022, Fax 301-619-2925,
 
E-Mail Address
wlgraybill@nmlc.med.navy.mil, sdwellen@nmlc.med.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Proposal number is N62645-04-R-0003. Provisions and clauses in effect through Federal Acquisition Circular 01-16 are incorporated. NAICS 423450. Naval Medical Logistics Command has the following requirement for a ceiling mounted medical examination light. The resulting contract will be an Indefinite Delivery/Indefinite Quantity type contract with a 3-year ordering period containing a minimum for 22 units and a maximum of 500. The Naval Medical Logistics Command intends to negotiate with Offerors on an open competition basis to procure ceiling mounted medical examination lights for Navy ships of the line. Offerors are required to forward proposal and technical documentation by 21 Jan 04. Technical evaluations will be conducted in three stages. Stage 1 is compliance with minimum salient essential characteristics. Stage 2 will be the evaluation of Past Performance information and a confirmation of a complete pricing proposal. Stage 3 will be the shipboard installation and demonstration of the product and the evaluation of the pricing proposal. The Technical Proposal shall address all the minimum salient characteristics. The Government will not assume that the offeror possesses any capability unless it is specified in the proposal. Proposals should include Past Performance Information from three sources to include: 1.) Agency name; 2.) Agency point of contact and telephone number; 3.) Contract number; 4.) Type and number of units provided; and 5.) Delivery and Performance Information (Contract delivery schedules and actual delivery schedules.) 6.) Quality (Total number of units submitted for inspection and total number rejected.) Proposals should include Pricing on the following items: 1.) Ceiling mounted medical examination light and 2.) Complete installation to make unit fully operational. Information on the existing mount can be requested via email to Wendy Graybill at wlgraybill@nmlc.med.navy.mil. Pricing proposals shall include copies of published commercial price lists, or other documentation setting forth the prices charged to the general public for same or similar items. The Government will make award to the responsible offeror submitting the proposal that is determined most advantageous to the Government, cost and other factors considered. The evaluation of proposals will be based on an evaluation of the technical and price proposals submitted by each offeror and the shipboard installation and demonstration. The technical evaluation factors are significantly more important than cost. In the event that two or more technical proposals are determined not to have any substantial technical differences, the award may be made to the lower price proposal. It should be noted that award may be made to other than the low offeror. Award may also be made on the basis of initial offers without discussions. Therefore, offerors are cautioned that each initial offer should contain the offeror's best terms. Failure to submit any information requested would result in a determination that the technical or pricing proposal is incomplete and the offeror may not be considered further for award. Technical evaluation will be done in two stages. Each offer must document compliances in Stage 1 before proceeding to Stage 2. Offerors providing acceptable results from Stage 2 will proceed to Stage 3. Stage 1: The technical documentation will be compared to the essential minimum salient characteristics and the evaluation factors listed below. Salient characteristics will be evaluated on a pass/fail basis. The requirement is for a ceiling mounted medical examination light that has the following essential minimum salient characteristics: 1.) Shall be a ceiling mounted medical examination light; 2.) Shall have a minimum 150 degrees of rotation about the extension arm; 3.) Shall have a minimum of 60 degrees of rotation about the yoke; 4.) Shall have a minimum of 90 degrees of rotation about the vertical support of the lighthead; 5.) The light color shall be within 15% of 4500 degrees Kelvin; 6.) Shall have a minimum illuminance of 50,000 Lux; 7.) The focal range shall start at a minimum of 24 inches and not extend past 50 inches from the lighthead; 8.) The lighthead shall not cause a temperature rise of more than 4oC; 9.) The lighthead shall have a minimum rating of 500 hours on the light source; 10.) Ship?s power will be supplied to the product at 120 VAC. In addition to the above mentioned essential characteristics, the proposal shall state that the ceiling mounted medical examination light shall be capable of passing the following tests: 1.) High Temperature (Operational) - The test items will be placed in the chamber at 120oF, and the operational component is accomplished by cycling the lights on and off once per hour for 8 hours; 2.) High Temperature (Storage) - The test items will be placed in the chamber at 120oF for 24 hours. The systems will be removed from the chamber and operated to determine if they function; 3.) Low Temperature (Operational) - The test items will be placed in the chamber at 40oF, and the operational component is accomplished by cycling the lights on and off once per hour for 8 hours; 4.) Low Temperature (Storage) -The test items will be placed in the chamber at -60oF for 24 hours. The systems will be removed from the chamber and operated to determine if they function; 5.) Humidity - Temperature will be set to 120oF and humidity was set to 90%. The test items will be placed in the chamber for 8 hours. The systems will be removed from the chamber and operated to determine if they function; and 6.) Vibration - The test items will be placed on a single axis vibration table. The test items will be exposed to the MIL-STD 810E, Method 514.4 vibration signature (copies available) for 30 minutes. This vibration profile is a composite of what the military believes the equipment will be subjected to. They will be removed from the table and operated to determine if they function. Stage 2 will consist of a comparative evaluation of past performance information encompassing subfactors 1) Similar Work, 2) Delivery and 3) Quality and a confirmation of a complete pricing proposal. Stage 3: The offerors who provide acceptable proposals based on criteria above will be requested to demonstrate their products on 29 Jan 04 at the Naval Sea Systems Command in Norfolk, VA. at no expense to the Government. Demonstration shall consist of the following parameters: 1.) Offerors will be limited to three personnel to represent their company; 2.) The Offerors will be given one hour to demonstrate their products. The demonstration will be used to evaluate the time and tools needed to install and make the light operational within a shipboard environment and meet minimum requirements in Stage 1 (items 1-10). Offerors will be further evaluated in the area of pricing. Pricing proposals will be evaluated based on the following factors, Completeness, Reasonableness and Realism. A determination of award will then be made to the offeror who has demonstrated a product that represents the best value to the Government. After award the contractor will provide a sample of their medical examination light for acceptance testing. The Government will test the sample to determine compliance with all the characteristics listed in Stage 1 of this solicitation for survival within the shipboard environment. Samples shall be 1.) Submitted at no expense to the Government; and 2.) Returned at the Contractors request and expense, which may be damaged during testing. Failure to meet the acceptance testing will result in a Termination of the contract and subsequent award to the next ranked vendor. PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, applies to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 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. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. Proposals shall be submitted by email only to Wendy Graybill at wlgraybill@nmlc.med.navy.mil. Proposals are due by 3 p.m. on 21 Jan 04. Any questions must be addressed to Wendy Graybill by email only NLT 13 Jan 04. No phone calls accepted.
 
Place of Performance
Address: Naval Medical Logistics Command, 1681 Nelson St, Fort Detrick, MD
Zip Code: 21702
Country: USA
 
Record
SN00499931-W 20040109/040107212112 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.