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 -- Anesthetic Gas Analyzer

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
ARCC Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA06T0128
 
Response Due
9/22/2006
 
Archive Date
11/21/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This annou ncement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. W911SA-06-T-0128 is issued as a Request for Quotation (RFQ) and is due by 22 Sep 2006, 1500 hrs CST. This solicitation is unrestricted u nder NAICS code 334510 with a small business size standard of 500 employees. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. CLIN 0001 3 each @ __________ = ___________ANESTHETIC GAS ANALYZERS that meet the following specifications. Shall be compatible with Narkomed Anesthesia Systems and M885 Anesthesia Apparatus. Quote pricing FOB destination Fort McCoy, WI. Specifications - Portable Gas Indicator, for anesthetic vaporizer calibration, with direct digital readout of % volume measurement of commonly used anesthetics on LCD display. Must have the ability to measure percentage of mixture of the following gases: O2 base of: Halothane, Isofluorane,Sevoflurane, Desfluroane. Air base of: Halothane, Isofluorane, Sevofluorane, Desfluorane. Required measuring ranges: Halothane- O2 Base and Air Base shall equal 0-8, (0.01). Isofluorane - O2 Base and Air Base shall equ al 0-8, (0.01). Sevofluorane - O2 Base and Air Base shall equal 0-10, (0.01). Desfluorane - O2 Base and Air Base shall equal 0-20,(0.02). Required AIR CAL values: Halothane  O2 Base shall equal 1.57 and Air Base shall equal 0.00. Isofluorane - O2 Base s hall equal 1.65 and Air Base shall equal 0.00. Sevofluorane - O2 Base shall equal 1.70 and Air Base shall equal 0.00. Desfluorane - O2 Base shall equal 2.10 and Air Base shall equal 0.00. It shall have an indication accuracy withing + or - 3% of the read ing value + or - digit (Air Base). It shall have capability to operate in temperature range of 5-35C, and humidty below 80% RH. It shall have data logger, analog output 0-1 V outputs, a data logging function of concentration reading with month/day/year and time with a maximum recording number up to 100. It shall have a power source of 4 ea C size alkaline battery or AC adaptor. Accessories shall include: sampling tube, carrying case, sampling T piece, and AC Adapter. The full text of provisions and clauses incorporated herein may be accessed electronically at the following site: http://farsite.hill.af.mil/ and http://aca.saalt.army.mil/Library/Acq-Instructions.htm. The provisions at FAR 52.212-1, Instructions to Offer ors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Condi tions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.219-6, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of S egregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS Clause 2 52.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.225-7001, Buy American Act and Balance o f Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea (Alt III). ACA AI clause 5152.233-9000 ACA Executive Level Agency Pr otes t Program. In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. PARTIES INTERESTED IN RESPONDING TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number, Tax Identification Number, and technical in formation displaying features of proposed equal for comparison to suggested product. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Centra l Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. A DUNS number is required for CCR registration. If your company does not have a DUNS#, obtain one by calling 800-333-0505. Quotes may be submitted by mail, Email or fax. If you have questions, contact Dawn Poppler, Contract Specialist, dawn.poppler@us.army.mil. Telephonic requests for information are discouraged. Quotes must be received at ACA Contracting, 2103 S 8th AVE, FORT MCCOY, WI, 54656-5153, no later than 22 Sep 2006, 1500 hrs CST.
 
Place of Performance
Address: ARCC Fort McCoy Directorate of Contracting Building 2103, 8th Avenue, Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN01149611-W 20060922/060920221027 (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.