Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOLICITATION NOTICE

65--65 -- Urodynamic Voiding Dysfunction Systems

Notice Date
8/11/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, AFMLO/VA Special Services, Contracting Officer, 1432 Sultan Street, Suite 200, Frederick, Maryland 21702-5006
 
ZIP Code
21702-5006
 
Solicitation Number
FM2300-5146-7028
 
Response Due
9/9/2005
 
Archive Date
10/9/2005
 
Small Business Set-Aside
Total Small Business
 
Description
FSC Code: 65 Title: Wireless Urodynamic Voiding Dysfunction System NAICS web site: 339112 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation number for this Request for Quotation is FM2300-5146-7028. This solicitation document incorporates provisions and clauses in effect through FAC 05-05. This solicitation is 100% set aside for Small Business. The associated NAICS Number is 339112. The Air Force Medical Logistics Office has a requirement for the following item(s): Triton Urodynamic Voiding Dysfunction System: Premier Wireless Urodynamics Processing Tower with analog/digital circuitry, Part Number PRO835, Qty: 1; Medical Grade Power Cord, Part Number POW005, Qty: 1; Uroflow Transducer, Part Number TRA875, Qty: 1; T-Doc Interface Cable for P1/P2, Part Number CAB665, Qty: 1; T-Doc Interface cable for P3, Part Number CAB667, Qty: 1; Commode Chair, Part Number CHA171, Qty: 1; Funnel for CHA171 Spare Fuses, Part Number CHA172, Qty: 1; Instruction Manual, Part Number MAN320, Qty: 1; Service Manual, Part Number MAN660, Qty: 1; Computer, Tablet, Acer, 10.4 ? To Include: Integrated Keyboard, Windows XP Tablet Edition, 10.4? Touchscreen, 256 MB RAM, 30 GB HDD, 2 USB Ports, Secure Digital SD Port, Sound capability with speaker, modem, Part Number COM859, Qty: 1; CDRW/ DVD Combo Package, Part Number COM187, Qty: 1; Triton UDS Software ? Package A ? To Include: Uroflow Summary, Event Summary, Event Marking, UDS Report Generation, File Storage of Patient Tests, Printing Functions, LPP Recordings, Part Number LAB850, Qty: 1; Triton Analysis Urogynecology Software ? Package B ? To Include: PTR Calculations (FEA425), Cursor for exacting specific details of curves (FEA185), Input of patient history/diagnosis during study (FEA275 + FEA273), Printout of reports/graphs/test results in color (FEA003), Auto infusion event (FEA095), Playback (FEA395), Part Number LAB853, Qty: 1; Integrated Electromyography Unit, Part Number FEA262, Qty: 1; UPP Puller with Analog Control, Part Number UPP715; Qty: 1; Stand for UPP Puller with 5 Castor Base, Part Number STA600, Qty: 1; Wireless Bluetooth Printer, Part Number PRI085, Qty: 1; -bi-directional Printer Cable, Part Number POW390, Qty: 1; In-service T-Doc Kit ? Single Sensor 7Fr. Air Charged Catheters, Part Number CAT895, Qty: 5; Abdominal Sensor 7Fr. Air charged Catheters, Part Number CAT875, Qty: 5; EMG electrode pack (package of 10), Part Number ELE425, Qty: 1 pkg; Beakers (package of 10), Part Number DIS173, Qty: 1 pkg; Pump Tubing, Part Number TUB500, Qty: 5; Extension Tubing, Part Number TUB576, Qty: 1; Kalei-Dolphin Patient Management Software, Part Number KAL500, Qty: 1 Brand Name or Equal. Triton is the manufacture of this equipment. Delivery, which shall occur within 60 calendar days of contract award, shall be FOB DESTINATION to the Wright Patterson Air Force Base. The Contractor is responsible for all freight charges. The provision at 52.212-1, Instruction to Offeror--Commercial Items, applies to this solicitation. The provision at 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far/. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The Offeror shall also provide its Commercial and Government Entity code, DUNS number, and Tax Identification number. All contractual technical questions must be submitted in writing (e-mail or fax). Telephone questions will not be accepted. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. The Federal Contractor Program requires that any contractor receiving a contract from the Federal Government in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/ Offers are due by 4:00pm EST on 09 September 2005 at AFMLO/VASS. The assigned Contract Specialist is Ms. Tiffany Smith. You may fax your quotes to Ms. Smith at 301-619-3613 or they may be emailed to tiffany.smith@ft-detrick.af.mil.
 
Place of Performance
Address: Wright Patterson AFB
Zip Code: 45431
Country: United States
 
Record
SN00868123-W 20050813/050811211958 (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.