Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2007 FBO #1889
MODIFICATION

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

Notice Date
1/26/2007
 
Notice Type
Modification
 
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
2/12/2007
 
Archive Date
2/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is Amendment 05 to 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. The due date for proposals has been extended and proposals are due not later than 3:30 P.M. EST on Monday 12 FEB 2007. Provisions and clauses in effect through Federal Acquisition Circular 2005-14 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. Amendment 05 provides clarification for meeting the required specifications of MIL-S-901 Shock testing. The base solicitation has required Grade A, Class II, Type A shock testing. After further review of MIL-S-901, the minimum requirements of the Navy will allow for either Class I or Class II testing. The difference is Class II requires a resilient mount attached to the base of the equipment being tested, while Class I requires the unit being offered to pass testing without a resilient mount. In accordance with the above clarification to minimum requirements, the following has changed FROM: 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. TO: In addition to the above salient characteristics (as previously stated in the solicitation and subsequent amendments): 1. 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/). 2. Specifically, the vendor shall provide a ?Certificate? from an approved independent test activity verifying (and specifically stating on the Certificate from the approved test activity), that both models of their lights meet category Grade A, Class I or Class II, Type A testing. 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. 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 12 FEB 2007. Address questions to Richard Taylor in MS Word format by email only NLT 3:30 P.M. EST on 31 JAN 2007.
 
Place of Performance
Address: Various Ships in CONUS, To be specified on resultant delivery orders
Zip Code: 39567
Country: UNITED STATES
 
Record
SN01220214-W 20070128/070126221220 (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.