Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2007 FBO #2089
SOLICITATION NOTICE

65 -- Infant Ventilator

Notice Date
8/14/2007
 
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
Reference-Number-N6264507RCES073A
 
Response Due
8/20/2007
 
Archive Date
9/4/2007
 
Description
This is a synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, 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 Quote number is N6264507RCES073. Proposals are due not later than 4:00 P.M. EST on August 20, 2007. Provisions and clauses in effect through Federal Acquisition Circular 2005-18 are incorporated. NAICS 339112. Small Business size standard is 500 employees. The Naval Medical Logistics Command intends to negotiate with vendors on an open competition basis to procure an infant ventilator on behalf of the U.S. Naval Hospital Okinawa Japan. Any vendors who feel their product meets this specification are encouraged to submit a proposal. Salient Characteristics: The requirement is for a high frequency oscillatory infant ventilator for the U.S. Naval Hospital Okinawa, Japan. The ventilator shall be a high frequency oscillatory ventilator capable of delivering frequencies from 3-15 Hz. This ventilator is indicated for ventilatory support and treatment of respiratory failure and barotrauma in neonates who weigh between 0.54 and 4.6 kg and are between gestational ages from 24 - 43 weeks. Mechanical ventilation will be implemented, maintained and adjusted by a Respiratory Therapist. The ventilator shall have a Bias Flow of 0 ? 40 liters per minute. Mean airway pressure should be adjustable to 45 centimeters of water. The percentage of inspiratory time shall be adjustable to 50 percent. The ventilator shall have 0 ? 100 oscillator driver power. Evaluation Factors for Award: 1.) Technically acceptable in conformance to salient characteristics (proposal will have to meet or exceed the acceptability standards for non-cost factors) 2.) Past performance ? identify 2 previous contracts where by you provided the same or similar item 3.) Price. Any proposal that does not provide, at a minimum, an answer to each requirement in this solicitation may be determined to be substantially incomplete and not warrant any further consideration. Regulatory Requirements: The high frequency oscillatory infant ventilator 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. BUSINESS PROPOSAL INSTRUCTIONS: Business proposal shall specify: CLIN 0001 Infant Ventilator, High frequency oscillatory infant ventilator Shipping shall be FOB Destination to Tracy, CA. The Business proposal shall not contain any data that the offeror intends to be evaluated for technical compliance. Business proposals will be evaluated for Completeness and Reasonableness (the degree to which the proposed prices compare to the prices a reasonable, prudent person would expect to incur for the same or similar services and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract for the equipment. Companies shall submit firm-fixed pricing for the CLIN. Include commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. Sufficient information will be required for the Government to determine the proposed price fair and reasonable. 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. ADDITIONAL 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 52.219-6 Total Small Business set-a-side. Submit email proposals as a MS Word or Adobe PDF attachment to Jan Harding at Jan.Harding@med.navy.mil. Paper proposals may be mailed to Naval Medical Logistics Command,1681 Nelson Street, Fort Detrick, MD 21702-9203 Attn: Jan Harding. Email is preferred. Proposals are due not later than 4:00 P.M. EST on 20 August 2007. Any questions must be addressed to Jan Harding, by email only, NLT 1200 on 17 August 2007. No phone calls accepted.
 
Place of Performance
Address: 1681 Nelson St, Fort Detrick
Zip Code: 21701
Country: UNITED STATES
 
Record
SN01372455-W 20070816/070814222142 (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.