Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2006 FBO #1804
MODIFICATION

65 -- Urodynamics Voiding Dysfunction System

Notice Date
11/2/2006
 
Notice Type
Modification
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4861-07-Q-B001
 
Response Due
11/6/2006
 
Archive Date
11/21/2006
 
Point of Contact
Rebecca Graham, Contract Specialist, Phone 702-652-9577, Fax 702-652-5405, - Frank Graham, Contracting Officer, Phone 702-652-8385, Fax 702-652-5405,
 
E-Mail Address
rebecca.graham@nellis.af.mil, frank.graham@nellis.af.mil
 
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 the 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 requirement, FA4861-07-Q-B001, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The NAICS code for this is 423450. The size standard for a small business under this NAICS code is 500 employees. This RFQ is being submitted as a restricted solicitation open to small businesses only. This is a solicitation for commercial items. The basic requirement is to provide the following: 1 ea - Triton Wireless Urodynamics Voiding Dysfunction System with getting started, user and repair manuals; Mfg: Laborie or Equal; 1 ea - Computer Tower PC, includes: XP Professional application, bluetooth adaptor for desktops; 1 ea - 17" High Resolution Flat Panel Monitor; 1 ea - Line Isolation Transformer; 1 ea - Triton Comprehensive UDS Software Package. Mfg: Laborie or Equal; 1 ea - Triton Clinical Software Enhancement Package. Mfg: Laborie or Equal; 1 ea - UDS Workstation Viewer- allows for viewing UDS patient studies on separate computer; 1 ea - EMG, Variable Hight Rate Sampling Mode II; 1 ea - IR Wireless Configurable Remote Control; 1 ea - Report Generator Package 1 ea - Injet Color Printer; 1 ea - Cart; 1 ea - Disposables In-Service Kit for T-Doc: 10 ea Single Sensor 7Fr Air charged catheters, 10 ea Abdominal Sensor 7 Fr. Air charged catheters, 10 ea Graduated urine beakers, 10 ea Pump Tubing with Infusion Line, 10 ea EMG Gel Patch Electrodes (pkg/3), 2 ea Electrode lead wires (Red), 1 ea Electrode lead wires (Green), 1 Velcro leg stabilizer; 1 ea - Full Level Urodynamic Procedure Table - can be used for different procedures including general gynecologic and urologic exams, cystos, prostate biopsies, vasectomies, etc., with operator and service manuals and 3 years warranty. Mfg: Sonesta or Equal ; 1 ea - Trade-In Credit Includes: 1 year parts and labor warranty except for the procedure table (see above). Features were looking for: -Streamlined tower that integrates a mobile urodynamics processor, EMG, pump, motor and cables; -Tower motor allows for efficient positioning of transducers at patient bladder levels; -8 Configurable pressure channels to facilitate both Urodynamics and Anorectal Manometry; -Capable of displaying up to 16 channels at once; allows for multiple tests (CMG, UPP, Pressure Flow, LPP) to be performed on 1 screen; -Dual uroflowemeter capability: 1 unit to be kept in a bathroom for simple uroflowmetry and the other in the UDS room for pressure flow studies; -Ability to use additional EMG unit for Biofeedback enables simultaneous EMG recordings of pelvic floor and abdominal muscle activity; -Must support use of an infusion transducer, allowing for additional and more detailed monitoring of infused volume and infusion rate; -High EMG sampling rate (3000 max points/sec) with RAW EMG and sound capability provide more detailed sphincter monitoring; -Modular components must facilitate easy upgrades. Quotes should be in the following format: price for each line item independently and total price for all line items combined. Please submit any designs with quote. Award Basis: Best Value. The following factors will be used to evaluate the offer: price, technical capability/specifications, warranty and delivery. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-13, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.232-18, Availability of Funds, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award; FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; AFFARS 5352.201-9101, Ombudsman Clause; Local Clause G-103, Submit FM4852 Invoices Electronically. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please e-mail or fax quotes to the attention of Rebecca Graham at rebecca.graham @nellis.af.mil or 702-652-9577. Please contact Rebecca with any questions/concerns at 702-652-9577, or MSgt Frank Graham at 702-652-8385. Quotes are due on or before 5:00pm Monday, 6 November 2006 Pacific Daylight Time.
 
Place of Performance
Address: Nellis AFB, Las Vegas, NV
Zip Code: 89191
Country: UNITED STATES
 
Record
SN01175075-W 20061104/061102220450 (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.