Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2006 FBO #1580
SOLICITATION NOTICE

65 -- High Flow Blood Fluid Warmer

Notice Date
3/23/2006
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
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
N62645-06-T-0090
 
Response Due
4/14/2006
 
Archive Date
5/30/2006
 
Description
This is a 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 Quote number is N62645-06-T-0090. Proposals are due not later than 4:30 P.M. EST on April 14, 2006. Provisions and clauses in effect through Federal Acquisition Circular 2005-07 are incorporated. NAICS 339112. Small Business size standard is 500 employees. The Naval Medical Logistics Command intends to negotiate (in accordance with FAR 6.302-1) with Smiths Medical ASD, Inc. as the only responsible source who can provide a Blood Fluid Warmer with built in air detection and automatic clamping, Model # H-1200. Any vendors who feel their product meets this specification are encouraged to submit a proposal. Salient Characteristics: The requirement is for a rapid infusion blood and fluid warmer, Model #H-1200. The system shall deliver warm fluids at rates up to 1,000 ml/min. or as slow as 75 ml/hr. It shall also incorporate integrated air detection and automatic clamping capability to reduce or eliminate the potential for air embolism. The system shall have both audible and visual alarms notifying the user of the potential air bubble problem. Once the air is cleared the fluid flow shall be quickly restored without disconnecting the patient. The system shall accommodate various sizes of solution bags. Pressure shall be applied regardless of bag size to maintain a constant 300 mm Hg pressure. Evaluation Factors for Award: The four technical factors (factors 1-4 below) combined are significantly more important than price, and are listed in a descending order of importance. However, if two or more offerors are determined not to have substantial technical differences (ie. Technically equivalent), price may become critical factor and award may be made to the lower priced proposal. In any event, NMLC intends to award to Best Value using trade-off procedures. The government intends to award without discussions, but reserves the right to conduct discussions. The government reserves the right to award to other than the lowest offeror. The government reserves the right to award to other than the highest rated offeror. 1. Technical Conformance to Specifications, Quality Assurance and Product Features (TAB A) 2. Past Performance (TAB B) 3. Human Factors - (TAB C) 4. Maintainability/Reliability (TAB D) 5. Price TECHNICAL PROPOSAL INSTRUCTIONS: Offerors are required to provide sufficient technical documentation (including, but not limited to: product literature, specifications, features, excerpts from pertinent operator or service manuals, and any pertinent warranty information) to allow for thorough evaluation of proposal. Technical proposals shall be tabulated, either electronically or on paper, into information sections as specified below. Information supporting any given evaluation factors shall be included under the tab for that factor. Any information included elsewhere in the proposal, but not under the respective tab may not be considered. NO PRICING INFORMATION SHALL BE INCLUDED IN THE TECHNICAL PROPOSAL. Tab A) Technical Conformance to Specifications/Quality Assurance/Product Features - The contractor shall provide proof that the product offered meets the specifications and that the product conforms to the manufacturer?s own drawings, specifications, standards, and quality assurance practices. The proposal shall clearly indicate a comply or a non-comply with sufficient details to allow a person unfamiliar with the offerors product to verify the solution proposed meets the requirements of the solicitation. Any explanation of how this design/feature/quality provides a benefit to the government shall be included in this section. Tab B) Past Performance - Offeror shall submit sufficient information for the Government to determine the likelihood of successful performance/delivery. Information should include record of on-time delivery, quality of workmanship, reliability, and range and depth of support for the same class delivered product. Provide a list of 5 contracts for the same class products offeror has sold within the last 3 years, including locations, points of contact with phone number, and dates of installation, indicating which are the same make and model as the product proposed. The Government will not restrict its past performance evaluation to information submitted by offerors, but may also consider any relevant information in its possession and may contact references for additional information. Vendors having no relevant past performance shall include a statement to this fact in their technical proposal. Tab C) Human factors ? Human factors characteristics (may include, but not limited to: Ergonomics, Possibilities of Abuse, Ease of Use, Simplicity etc. ) of the offerors proposed equipment/solution and how it benefits the government. This section may include pertinent excerpts of operators? manuals. Tab D) Maintainability/reliability ? Maintainability and reliability of the offerors proposed products, and how the proposed capabilities/characteristics will benefit the government. The offeror shall provide information about design features which will minimize damage as a result of shipboard conditions (pitch, roll, power surges, spikes, variations), projected life expectancy of the products, parts availability, and any other information that would benefit the government in determining reliability of this product. Maintainability may include ease of repair and adequacy of service manuals to allow repair of unit. Contractor shall provide a copy of their standard commercial warranty. Also, as part of Warranty information, the offeror shall include any preventative maintenance required, if any, for the proposed equipment or system. Any proposal that does not provide, at a minimum, an answer to each requirement in this solicitation may be determined to be substantially incomplete and not warrant any further consideration. Regulatory Requirements: The high flow blood fluid warmer 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. BUSINESS PROPOSAL INSTRUCTIONS: Business proposal shall specify: CLIN 0001 - 8 Blood Fluid Warmer with built in air detection and automatic clamping. PN# H-1200 CLIN 0002 - 4 Air Bubble Adapter PN# H-31B CLIN 0003 -16 Operator Manuals CLIN 0004 - 6 Service Manuals Shipping shall be FOB Destination to Baltimore, MD. The Business proposal shall not contain any data that the offeror intends to be evaluated for technical compliance. Business proposals will be evaluated for Completeness (all CLINS are priced) and Reasonableness (the degree to which the proposed prices compare to the prices a reasonable, prudent person would expect to incur for the same or similar services and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract for the equipment. Companies shall submit firm-fixed pricing for all CLINS. Include commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. Sufficient information will be required for the Government to determine the proposed price fair and reasonable. OTHER ADMINISTRATIVE INSTRUCTIONS: In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business proposal. ADDITIONAL INFORMATION TO BE INCLUDED IN BUSINESS PROPOSAL; Companies shall 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; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their proposal. 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. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. Submit email proposals as a MS Word or Adobe PDF attachment to Jan Harding at jtharding@nmlc.med.navy.mil. Paper proposals may be mailed to Naval Medical Logistics Command,1681 Nelson Street, Fort Detrick, MD 21702-9203 Attn: Jan Harding. Email is preferred. Proposals are due not later than 4:30 P.M. EST on 07 April 2006. Any questions must be addressed to Jan Harding, by email only, NLT 1200 on 04 April 2006. No phone calls accepted.
 
Place of Performance
Address: 1681 Nelson St, Frederick, MD
Zip Code: 21702
Country: USA
 
Record
SN01013639-W 20060325/060323212730 (fbodaily.com)
 
Source
FedBizOpps 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.