Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

65--65 -- Disposable Automatic Resuscitators

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Pittsburgh Healthcare System, Contracting Officer, (04A-H), 7180 Highland Drive, Pittsburgh, Pennsylvania 15206
 
ZIP Code
15206
 
Solicitation Number
244-06-01646
 
Response Due
9/26/2006
 
Archive Date
10/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested, and a written solicitation will not be issued. This solicitation RFQ #244-06-01646 is issued as a Request for Quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This acquisition is a 100% small business set-aside. The NAICS is 453998 with a size standard of $6.5 million. The VA Pittsburgh Healthcare System (VAPHS) plans to award a firm fixed-price definite quantity purchase order for Disposable Automatic Resuscitators to be stocked for pandemic flu. We require an effective, low cost disposable ventilator which can be rapidly deployed to large numbers of patients in respiratory failure. Delivery shall be made FOB Destination to the VA Pittsburgh Healthcare System within fourteen (14) days of date of award. CLIN. 0001. Disposable Automatic Resuscitators, 10 per case. Qty. 60 CS. Unit Price $_____, TOTAL PRICE $_________. Product Requirements (including VAPHS' Evaluation Preferences): 1) Device must be disposable, single patient use. 2) Must connect to a standard endotracheal tube or tracheostomy tube. 3) Device will operate solely from compressed medical grade oxygen source and be hands-free in its operation (differentiated from a manual resuscitation system). 4) Device will have a pressure manometer which will display pressure in the ventilator circuit being delivered to the patient. 5) Device will have a control that allows breaths per minute to be adjusted up to 20 BPM. 6) Device will allow up to 5 cm/H2O of PEEP. Greater range of PEEP will be considered preferable. 7) Preference given to devices that deliver a range of FiO2 rather than devices that deliver only one preset FiO2. 8) Tubing connection from device to O2 source will not be less than 6 feet. 9) Preference given to devices with least dead space. 10) Preference given to devices whicih will operate on widest range of patiaent size. For example, a device which will work well on a small subset of the adult population is less desirable than a device that will operate on most adults and some pediatric size persons. 11) Device will possess some form of pressure relief valve to prevent pulmonary injury caused by barotraumas. 12) Device should be able to retain efficacy after long periods of storage, and preference will be given to devices that last longest. 13) Device must not have any current recall issues and be approved by the FDA for use on human subjects. 14) Literature packaged with device shall be clear and concise. The Government plans to award a firm fixed-price purchase order to the responsible, responsive offeror whose offer conforms to this solicitation and represents the best value to the Government, price and other factors considered. Reference FAR 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: 1) Product Characteristics, and 2) Price. These factors are of approximately equal importance. The following additional provisions and clauses apply: The provision at FAR 52.212-1, Instructions to Offerors--Commercial; FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; VAAR 852.270-1, Representatives of Contracting Officer, VAAR 852.270-4, Commercial Advertising. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this purchase order, including the following clauses: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-34, and 52.232-36. You must be registered in Central Contractor Registration at http://www.ccr.gov. All references to the VAAR and the FAR may be accessed at http://www1.va.gov/oamm/acquisitions/ars/policyreg/vaar/vaar801.htm/ and http://farsite.hill.af.mill/. All offerors shall submit the following: (1) Price Quotation (2) Technical narrative addressing how offered product meets or exceeds the VAPHS'Product Requirements (#1 - #14) listed above, (3) Descriptive literature/specifications, (4) Completed FAR 52.212-3, Offeror Representations and Certifications--Commercial Items which may be accessed at http://orca.bpn.gov. All offers shall be sent to Linda Glancy, Contracting Officer, via e-mail to Linda.Glancy@va.gov or faxed to Linda Glancy at(412) 365-5471. For additional information on responding to this RFQ, call Linda Glancy at (412) 365-5436, or contact William Shaughnessy, Business Manager, Critical Care Service Line, for technical questions at (412) 688-6748 for William.Shaughnessy@va.gov. Quotation must be received by 4:00 P.M. EST September 26, 2006.
 
Record
SN01149321-W 20060922/060920220436 (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  © 1994-2020, Loren Data Corp.