Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2006 FBO #1838
SOLICITATION NOTICE

65 -- IDIQ Ceiling Mounted Surgical Lights (Single and Dual Head models) for Shipboard Application

Notice Date
12/6/2006
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62645-07-R-0002
 
Response Due
1/11/2007
 
Archive Date
2/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12, 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 Proposal number is N62645-07-R-0002. Proposals are due not later than 3:30 P.M. EST on Thursday 11 JAN 2007. Provisions and clauses in effect through Federal Acquisition Circular 2005-13 are incorporated. NAICS 339112, with a Size Standard of 500 employees for reporting actions purposes. This is a 100% Small Business Set Aside requirement; all qualified small business vendors are encouraged to submit a proposal. Salient Characteristics The Naval Medical Logistics Command (NMLC) seeks to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a responsible vendor for Minimum quantity of 82, Maximum of 800, single light head ceiling mounted shipboard surgical lights without case (Here after referred to as Surgical Lights) for multiple US Naval vessels. There is an additional Minimum quantity of 4, maximum of 200, dual light head ceiling mounted shipboard surgical lights. Each unit shall include 2 copies of a Service Manual and two copies of an Operator Manual, electronic format manuals are preferred. The Surgical Lights shall be acceptable for shipboard use and shall conform to shock testing standards described below. The Surgical Lights shall meet or exceed these minimum Salient characteristics: The requirement is for a ceiling mounted surgical light that has the following essential minimum salient characteristics for each light head: 1.) Shall be a ceiling mounted medical surgical light; 2.) Shall have a minimum 150 degrees of rotation about the extension arm; 3.) Shall have a minimum of 60 degrees of rotation about the yoke; 4.) Shall have a minimum of 90 degrees of rotation about the vertical support of the lighthead; 5.) The light color shall be within 15% of 4500 degrees Kelvin; 6.) Shall have a minimum illuminance of 50,000 Lux per light head; 7.) The focal range shall start at a minimum of 24 inches and not extend past 50 inches from the lighthead; 8.) The lighthead shall not cause a temperature rise of more than 4 degrees Celsius; 9.) The lighthead shall have a minimum rating of 500 hours on the light source; 10.) The Government will supply Ship's power to the product's base at 120 VAC 60Hz; 11.) The surgical light shall have sufficient range of motion to cover a standard medical table, of 6 feet 5 inches in length; 12.) The surgical light shall have a method of securing the light in a fixed location for heavy sea conditions, the method shall be semi-permanently mounted (i.e. mounted with bolts, screws, or other semi-permanent means) to the room's ceiling; 13.) Installation kit - the Navy requires an installation kit to accompany the item. This installation kit shall allow for the installation of the light in shipboard spaces where ceiling height may vary from 81 inches to 96 inches. 14.) Human Factors shall ensure that the offered product is operable by one untrained person; 15.) Maintainability shall allow shipboard personnel to replace high fail components (such as light bulbs, fuses) with no or minimal common hand tools (such as a screwdriver) and without complete disassembly of light unit. 16.) The offered light shall be available in a single head and a dual head model, both of which must pass the MIL-S-901 testing as per below. In addition to the above salient characteristics, the proposal shall confirm that the both the single and dual head ceiling mounted surgical lights (and installation kit) meet the shock test standards set forth in MIL-S-901 (IAW FAR 11.2 available for download at http://assist.daps.dla.mil/quicksearch/). Specifically, the vendor shall provide a certificate from an approved independent test activity verifying that their lights meet category Grade A, Class II, Type A. The Navy will require a 1-light head model and also a 2-light head model (the 2-light head splits from the base of the unit with two separate support arms) that will be specified on resulting orders. A partial list of potential places to obtain testing is provided. Vendor assumes all responsibility for passing shock testing IAW MIL-S-901. Regulatory Requirements The Surgical Lights and all of the 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. PROPOSAL CONTENT/FORMAT: Proposals shall be submitted either via email or paper format. Proposal shall be separated into TECHNICAL and BUSINESS sections. THE BUSINESS SECTION WILL NOT BE EVALUATED AS PART OF THE TECHNICAL EVALUATION. Vendors shall submit complete proposals. EVALUATION FACTORS FOR AWARD: This is a Low-Price Technically Acceptable (LPTA) procurement. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Factors 1 and 2 below are the non-cost factors. 1. Technical Conformance to the Salient Characteristics 2. Meeting/Exceeding MIL-S-901 Testing & FDA Approval 3. Price The government intends to evaluate proposals and award without discussions with offerors. Therefore, the offeror?s initial proposal should contain the offeror?s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. TECHNICAL PROPOSAL INSTRUCTIONS: Offerors are required to provide sufficient technical documentation (including, but not limited to: product literature, specifications, and warranty information) to allow for thorough evaluation of proposal. No pricing information shall be included in the technical proposal. 1.) Technical Conformance to the Salient Characteristics - The offeror shall submit a proposal with sufficient details to allow a person unfamiliar with the offeror's product to verify the solution proposed meets the requirements of the solicitation. Proposal shall include a description of how the offeror proposes to meet the requirements of the government, including what equipment will be provided, how it will be installed, and the time required for installation. Pertinent technical operators and service manual shall be included. The contractor shall prove that the product offered meets the salient characteristics, and that the product conforms to the manufacturer's own drawings, specifications, standards, and quality assurance practices. Human factors (may include, but are not limited to Ergonomics, Possibilities of Abuse, Ease of Use) of the offerors proposed solution is to be operable by an untrained person. This shall include pertinent excerpts of operators manuals (i.e. power switch location, installation, heavy sea securing method). Maintainability of the offerors proposed products shall ensure that replacement of common fail components (such as light bulbs, fuses, etc) can be replaced with no or minimal and common hand tools (such as a screwdriver). The offeror shall provide information about the failure rate of their components, mean time between failures, life cycle cost, projected life expectancy of the products, and any other information that would benefit the government in determining reliability of this product. Offeror shall include standard commercial warranty information. The offeror shall include any preventative maintenance required, if any, for the proposed units, and a list of high fail components - i.e. bulbs, fuses. Delivery Schedule: The offeror shall state the estimated lead time to deliver the light(s) that will be proposed. 2.) Meeting/Exceeding MIL-S-901 Testing, the vendor shall provide a certificate from an approved independent test activity verifying that the proposed lights, with installation kit, meet category Grade A, Class II, Type A (include in the proposal that the Surgical Light meets the shock test standards set forth in MIL-S-901 with the date and facility the testing was conducted). In addition, the vendor shall provide a valid copy of their FDA approval letter with their technical proposal. Any proposal which does not provide, at a minimum, an answer to each requirement in this solicitation may be determined technically unacceptable and not warrant any further consideration. 3.) Price: BUSINESS PROPOSAL INSTRUCTIONS: Business proposal shall specify: Line Item 0001 Single Head Surgical Light Cost per Unit, including any applicable quantity discounts, Line Item 0002 Dual Head Surgical Light Cost per Unit, including any applicable quantity discounts, Line Item 0003 Any Shipping charges, if shipping is at no additional charge within the Continental United States (CONUS), proposal shall state as much. Delivery type, i.e. F.O.B. Destination, shall be specified in the proposal. The Business proposal shall not contain any data that the offeror intends to be evaluated for technical compliance. Adequate price competition is expected for this acquisition. Business proposals will be evaluated for pricing on the aggregate value of the Maximum quantities, 800 single head units for CLIN0001 - Single Head and 200 Dual Head units for CLIN0002, to include all manuals and shipping charges. The government anticipates award of an IDIQ contract for a duration not to exceed five years. The minimum quantity for CLIN0001 will be 82 units, the Maximum is 800, the minimum quantity for CLIN0002 will be 4 units, the Maximum is 200, to be ordered over a five year duration. Companies shall submit firm-fixed pricing for all above Line Items. The Government intends to award both Minimum quantities within the first year of contract performance, but may result in separate delivery orders. Include commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. 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. 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. FAR clause 52.216-18 Ordering, 52.216-19 Ordering Limitations, and 52.216-22 Indefinite Quantity will be included in the resultant contract. Submit email proposals (using PDF, MS Word, Excel attachments) to Richard Taylor at rtaylor@nmlc.med.navy.mil. Paper proposals may be mailed to Naval Medical Logistics Command,1681 Nelson Street, Fort Detrick, MD 21702-9203 Attn: Richard Taylor. Email is preferred. Proposals are due not later than 3:30 P.M. EST on 11 Jan 2007. Address questions to Richard Taylor in MS Word format by email only NLT 3:30 P.M. EST on 04 JAN 2007.
 
Place of Performance
Address: Various Ships in CONUS, To be specified on resultant delivery orders
Zip Code: 39567
Country: UNITED STATES
 
Record
SN01191884-W 20061208/061206221053 (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.