Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

65 -- Argon Plasma Coagulator System

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
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
N62645-05-R-0031
 
Response Due
8/16/2005
 
Archive Date
8/31/2005
 
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 N62645-05-R-0031. Provisions and clauses in effect through Federal Acquisition Circular 2005-04 are incorporated. NAICS 423450. The Naval Medical Logistics Command, Fort Detrick, MD intends to negotiate with vendors on an open competitive basis to procure an Argon Plasma Coagulation System compatible with gastrointestinal endoscopy on behalf of the National Naval Medical Center, Bethesda, MD. Offerors are required to forward proposal and technical documentation by 16 August 05. The technical documentation will be compared to the essential minimum salient characteristics and the evaluation factors listed below. The requirement is for an Argon Plasma Coagulator System. This system is to be used during gastrointestinal endoscopy in support of the National Naval Medical Center?s Colon Cancer Center Initiative. 1) MINIMUM SALIENT CHARACTERISTICS: It is used for hemostasis of large surface bleeding with simultaneous antiseptic treatment in major surgeries. The system conducts monopolar electrosurgical current to tissue via an ionized argon gas stream. The device consists of a coagulator, generator, reusable probes, footswitch, pressure reducer and argon gas tank. The device enables the physician to smoothly regulate the depth of living tissues treatment limiting heat affect on adjacent areas of living tissues. It reduces pain and stops bleeding within a minimum period of time. 2) REGULATORY REQUIREMENTS: The Argon Plasma Coagulation System and all of its components shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. 3) EVALUATION FACTORS: Technical proposals must include sufficiently detailed information to enable evaluation based on the four factors listed below in order of decreasing priority: EQUIPMENT FACTORS: a) Ability to provide coagulation of large surface bleeding during gastrointestinal endoscopy; b) Ability to enable the physician to regulate the depth of living tissue treatment; c) Ability to limit the heat affect on adjacent tissue; d) Maintenance and Repair. HUMAN FACTORS: a) Simplicity; b) Ease of Use. SERVICE: a) Warranty; b) Parts availability; c) Parts cost; d) Serviceability. INSTRUCTION MATERIALS: a) Operator?s manual; b) Maintenance manual. PROPOSAL REQUIREMENTS: (1) A document addressing compliance for each of the MINIMUM SALIENT CHARACTERISTICS. This document shall be in sufficient detail to show compliance with all items specified under the numbered paragraphs. In the event of a ?non concur? an explanation must be provided to support. (2) Any brochures, technical or product literature to support the items offered. Contract award will be based on 1) Determination of technical acceptability of items offered and 2) Determination of low price. Companies must be registered in CCR; provide DUNS number; Cage Code and TIN. Companies must also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply 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 include FAR 52.247-34, F.o.b. Destination; 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 Sandra A. Musgrove, samusgrove@nmlc.med.navy.mil. Proposals are due by 4:00 p.m. EST on 16 August 05. Any questions must be addressed to Sandra A. Musgrove by email only, by 4:00 p.m. EST on 9 August 05. No phone calls accepted.
 
Place of Performance
Address: 1681 Nelson Street, Fort Detrick, MD
Zip Code: 21702
Country: United States
 
Record
SN00852158-W 20050723/050721212505 (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.