Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SPECIAL NOTICE

99 -- Notice of Intent to Award Sole-Brand Name Contract

Notice Date
9/14/2007
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
USA-SNOTE-070914-016
 
Archive Date
12/13/2007
 
Description
Notice Of Intent To Award A Sole Source Contract The United States Army Contracting Agency  Southern Region, Yuma Directorate, Yuma Proving Ground (USAYPG), Arizona, intends to award a sole-brand name contract for the purchase of 72-200 each Powerheart G3 Plus 9390A-501P Series Defibulators and associat ed components including 5 each Intellisence Lithium Batteries, 2 to 5 each Full Size PAD Trainers, 67 each 3-D Wall Mount Signs, up to 25 each Ready Kits for 9300 Series PAD G3, up to 25 each Adult Defibrillation Pads for 7300 PAD G3, and 67 each Permanen t Unit Wall Mount PAD Storage Cases. Procurement will be made pursuant to FAR 8.405-6 (a) (2), other companies similar products, or products lacking the particular feature, do not meet, or cannot be modified to meet, the agencies requirements. ATEC Re gulation 40-1, Public Access Defibrillation (PAD), dated 7 March 2007 mandates public access defibillators be acquired for use throughout YPG. The proposed contract action is necessary due to the unique operational requirements associated with deployment of these units at remote locations and under the varied conditions encountered throughout the YPG facility. With facilities and ranges covering more than 1300 square miles of terrain and 2000 square miles of restricted airspace, Yuma Test Center PAD units will be stationed in over 73 different locations throughout YPG, many locations are of a remote nature and s ubject to extreme climate variations and restricted access. Units must be robust, reliable, fully automated, maintenance free, self-regulating, easy to operate, deliver prompt treatment, require minimal training, able to diagnose recipients condition and detect pacemaker presence, non-polarized interchangeable electrodes/pads, automatic daily self-testing of all critical components, monitoring during CPR mode option, variable energy escalating 105-360J, battery fuel gauge, battery with redundancy feature, capable of saving up to 8 codes before downloading events, be able to deliver customized energy current, be user friendly and ADA compliant with voice and text prompts, be compatible with existing technology utilized by local Fire and Safety CPR/PAD oversi ght organizations, have extended shelf life and warranty, and be able to log and transfer data relative to use and unit condition. Extensive market research indicates only this unit possess all of the salient characteristics necessary to meet the agencies needs. Contract will be a firm fixed price award based on best value. The Government reserves the right to award to other that the lowest bidder based on 1) Technical capability 2) Past Performance 3) Price.
 
Record
SN01407548-W 20070916/070915195306 (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.