Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2004 FBO #0796
SOLICITATION NOTICE

65 -- Hemodialysis and Reprocessing Systems

Notice Date
1/30/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ41407-0015-4
 
Response Due
2/13/2004
 
Archive Date
2/20/2005
 
Point of Contact
Dennis Sherrill, Contract Specialist, Phone (972) 352-4511, Fax (972) 352-4545, - Melvin Gardner, Section Chief, Mount/Pac, Phone (972) 352-4505, Fax (972) 352-4545,
 
E-Mail Address
dsherrill@bop.gov, mgardner@bop.gov
 
Description
The Federal Bureau of Prisons , Field Acquisition Office in Grand Prairie, Texas, in accordance with FAR 6.303-1, intends to solicit and negotiate a sole source procurement with Fresenius, USA, Two Ledgemont Center, 95 Hayden Ave., Lexington, MA 02179. This requirement is to upgrade the existing Hemodialysis and Kidney Reprocessing Systems at the United States Medical Center for Federal Prisoners (USMCFP). This is a combined SYNOPSIS/SOLICITATION for the acquisition of the following items: 1. Twelve (12) 2008K Hemodialysis Systems, 2. One (1) DRS4 Kidney Reprocessing System. These items will be delivered to the U.S. Medical Center for Federal Prisoners, 1900 W. Sunshine St., Springfield, Missouri 65807. This sole source/combined synopsis/solicitation for commercial items is 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; the Government does not intend to issue a written solicitation. This solicitation is being issued as a Request for Quotation (RFQ) 41407-0015-4. This will be a firm fixed price contract. The North American Industry Classification System code for this solicitation is 421450. The RFQ incorporates the following provisions and clauses that are in effect through Federal Acquisition Circular 2001-19. FAR Clause 52.212-1 Instructions to Offerors?Commercial Items (JAN 2004), subsection (a), (b), (f), (g), and (j) applies. Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2004), Clause 52.212-4 Contract Terms and Conditions?Commercial Items (OCT 2003), Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items (JUN 2003), subsection (b)1,3,7,10,13-19 and 29 applies. Clause 52.228-5 Insurance - Work On A Government Installation (JAN 1997). Clause 52.237-2 Protection Of Government Buildings, Equipment, and Vegetation (APR 1984), Clause 52.212-4 Commercial Items-Central Contractor Registration (OCT 2003). Clause 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2003). The full text provision or clause may be accessed electronically at www.arnet.gov/far. GENERAL REQUIREMENTS: 1. The procurement of twelve Fresenius 2008K Hemodialysis Systems. The 2008K system is a single patient dialysis machine with a volumetric proportional mixing system with an adjustable range of 6% to 10%, volumetric controlled ultra filtration. System must be Acetate and Bicarbonate dialysate compatible. 2. The procurement of one Seratronics DRS 4 Kidney Reprocessing System. The DRS 4 is an automatic four station system that cleans, tests, and disinfects dialyzers for multiple use. The system will perform the following functions: a) Flush the dialyzers with warm water and cleaning solution; b) Clean the dialyzers using Reverse Ultra filtration and bleach or hydrogen peroxide cleaning solution; c) Tests the performance of the dialyzer by measuring total blood volume, blood side leak test, and ultra filtration rate; d) Refill dialyzers with disinfectant solution in preparation for storage and subsequent use. 3. All dialysis machines are designed to download patient treatment data into the Fresenius CMS 208K Data Management System. This system allows for the gathering of all aspects of the patient?s treatment and monitors and stores it in a unique hardware and software system. 4. The DRS 4 Reuse system uses the Fresenius FDS-08 Data Management hardware and software system. This system monitors the data pertaining to the reuse of the dialyzers and tracks it according to patient use. 5. The Dialysis Treatment Center at USMCFP Springfield has a centralized water and acid distribution system that is designed for the Fresenius 2008H and 2008K machines. The water and acid system is calibrated for the Fresenius equipment and uses Fresenius connectors on all 30 stations. 6. The contractor will be responsible for providing all materials, technical oversight, training, calibrations and guidance needed for the initial startup of each machine. The cost for these services, shall be incorporated into the cost of each individual machine. SPECIAL CONTRACT CONDITIONS/REQUIREMENTS. All potential offerors are advised that this solicitation includes the Central Contractor Registration (CCR) clause. This clause requires all contractors doing business with the Federal Government after September 30, 2003, to be registered in the CCR database. Offerors should include their Data Universal Numbering System (DUNS) number in their offers. The Contracting Officer will verify registration in the CCR database prior to award by entering the potential awardee?s DUNS number into the CCR database. Failure to complete the registration procedures outlined in this clause may result in elimination from consideration for award. DEPARTMENT OF JUSTICE CONTRACTOR RESIDENCY REQUIREMENT/BUREAU OF PRISONS CLAUSE: The residency requirement applies to both individuals and employees of companies providing services to the Federal Bureau of Prisons. For three of the five years immediately prior to submission of your offer/bid/quote, individuals or contractor employees providing services in any Federal Bureau of Prisons facility must have: 1. Resided in the United States (U.S.), 2. Worked for the U.S. overseas in a federal or military capacity; or 3. Been a dependent of a federal or military employee serving overseas. SPECIAL CONTRACT CONDITIONS/CONTRACT SECURITY/INVESTIGATIVE REQUIREMENTS. The following requirements apply to those individuals delivering services inside the institution: 1. National Crime Information Center (NCIC) Check 2. DOJ-99, Name Check 3. FD-258 Fingerprint Check 4. Law Enforcement Agency Checks 5. Vouchering of employers over the past five years 6. Resume/Personal Qualifications 7. OPM-329-A, Release of Information 8. NACI Check (if applicable) Any individual who does not pass the security clearances will be unable to work within the secure perimeter of the institution. The final determination and completion of the security investigation procedures will be made at the sole discretion of the USMCFP. Once a contractor employee clears the initial screening requirements, a urinalysis test will be required before the individual is allowed access into the institution. If the results of the urinalysis test are positive, that individual will be disqualified from performing under the contract. If the individual clears both the initial screening requirements and the urinalysis test, that individual will be issued a pass for access into the institution. Contractor employees shall adhere to all institution regulations regarding conduct and performance. Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). Any individual performing under this contract may be removed if it becomes apparent that his or her conduct does not reflect the conduct of that prescribed for those people performing under non-personal service contracts. All responsible sources capable of providing the required equipment may submit a quotation for consideration. All contractor quotes shall be submitted to the address listed no later than February 13, 2004 at 2:00 pm central standard time. All quotes shall be clearly marked with RFQ 41407-0015-4. All vendors are hereby notified that if your quote is not received by the date/time and location specified in this notice, it will not be considered. This solicitation is distributed solely through the General Service Administration?s Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. All future information concerning the acquisition, including solicitation amendments, will be distributed solely through the website. Interest parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition.
 
Place of Performance
Address: Federal Bureau of Prisons, United States Medical Center for Federal Prisoners, 1900 West Sunshine Street, Springfield, Missouri
Zip Code: 65807
Country: USA
 
Record
SN00513004-W 20040201/040130212105 (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.