Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2008 FBO #2245
SOLICITATION NOTICE

65 -- MED-TESTER 5000C

Notice Date
1/17/2008
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702
 
Solicitation Number
V2300-0124
 
Response Due
2/17/2008
 
Archive Date
4/17/2008
 
Point of Contact
MELISSA KWIATKOWSKI
 
E-Mail Address
Email your questions to Purchasing Agent
(MELISSA.KWIATKOWSKI@AMEDD.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation RFQ-V2300-0124 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Melissa A. Kwiatkowski. The North American Industry Classification System (NAICS) number is 334515 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Small disabled veteran owned small businesses are encouraged to submit offers. This requirement is manufacturer by Fluke Electronics Corporation. Listed below are the required line items for this solicitation: 0001 MEDTESTER 5000C/B CMMS Connectivity, Bundle Includes: medTester 5000C; Module 2- RS232/printer; Module 3 - 100 record storage; Module 4 expanded record storage; Module 6-Data Transfer; Module 7 medcheck; and Module 10-CMMS interface MFR: Fluke Electronics Corporation MFR PN: 2585098 or equal 4 EA ________________ _______________ 0002 MEDTESTER 5000C-05 New module #5: Waveforms/extended testing features: -Adds special testing capabilities and waveform generation -Adds line volatage monitor & environmental monitor functions - Adds 5 additional electrical safety autosequences -Adds ECG normal sinus rhythm at 30, 60, 120, 240 BPM -Adds ECG performance waveforms include 2 Hz square wave, 4second pulse, since waves at 0.5, 10, 40, 60, 100, 1K Hz, 2Hz triangular wave CMRR -Adds a total of 16 different ECG arrhythmias -Requires medTester 5000C modules #2,3 MFR: Fluke Electronics Corporation MFR PN: 2245160 or equal 4 EA ________________ _______________ 0003 MEDTESTER 5000C-08 New module #8: Defibrillator Autosequences features: -Adds ability to store test results from Impulse 3000 and Impulse 4000 products via RS-232 connection -User programmable testing sequences (20 total) -Pre-programmed testing sequences (10 total) - Programmable test limits - Allows easy identification of out-of-limit test results -Requires medTester 5000C modules #2,3,4 MFR: Fluke Electronics Corporation MFR PN: 2245197 or equal 4 EA ________________ _______________ 0004 MEDTESTER 5000C-09 New module #9: IV Pump Autosequences features: -Adds ability to store test results from IDA 4 Plus, IPT-1, IPT-MC and Infutest 2000D products via RS-232 connection -User programmable testing sequences (10 total) -Pre-programmed testing sequences (5 total) - Programmable test limits - Allows easy identification of out-of-limit test results -Requires medTester 5000C modules #2,3,4 MFR: Fluke Electronics Corporation MFR PN: 2245201 or equal 4 EA ________________ _______________ 0005 MEDTESTER 5000C-11 New module #11: ESU Autosequences features: -Adds ability to store test results from 402A, 454A, and RF3D3RS ESU analyzers via RS-232 connection -User programmable testing sequences (10 total) -Pre-programmed testing sequences (5 total) - Programmable test limits - Allows easy identification of out-of-limit test results -Requires medTester 5000C modules #2,3,4 MFR: Fluke Electronics Corporation MFR PN: 2245220 or equal 4 EA ________________ _______________ 0006 MEDTESTER 5000C-12 New module #12: Sp02 Autosequences features: -Adds interface capability with Index 2XL, CardioSat 100 and Oxitest Plus/Plus 7 products via RS-232 connection Adds ability to store Sp02test results -User programmable testing sequences (10 total) -Pre-programmed testing sequences (5 total) - Programmable test limits - Allows easy identification of out-of-limit test results -Requires medTester 5000C modules #2,3,4 MFR: Fluke Electronics Corporation MFR PN: 2245235 or equal 4 EA ________________ _______________ 0007 MEDTESTER 5000C-13 New module #13: Transcutaneous Pacer Autosequences features: -Adds ability to store transcutaneous pacer test results from Impulse 4000 via RS-232 connection -User programmable testing sequences (10 total) -Pre-programmed testing sequences (5 total) - Programmable test limits - Allows easy identification of out-of-limit test results -Requires medTester 5000C modules #2,3,4 MFR: Fluke Electronics Corporation MFR PN: 2245247 or equal 4 EA ________________ _______________ 0008 MEDTESTER 5000C-14 New module #14: NIBP Autosequences features: -Adds ability to store test results from Cufflink NIBP Analyzer via RS-232 connection -User programmable testing sequences (10 total) -Pre-programmed testing sequences (5 total) - Programmable test limits - Allows easy identification of out-of-limit test results -Requires medTester 5000C modules #2,3,4 MFR: Fluke Electronics Corporation MFR PN: 2245258 or equal 4 EA ________________ _______________ FOB destination delivery date of 15 March 2008 to 88th MDSS/SGSL Wright Patterson Airforce Base, OH 45433. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable; 2) Past Performance; and 3) Price. Technically acceptable is more important than past performance and price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 15,16,17,18, 19, 21, 27, 29 and 35. 52.233-2, Service of Protest. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. 52.233-1, Disputes; 52.228-5, Insurance -Work on a Government Installation; 52.242-17, Government Delay of Work; 52.233-1, Disputes. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising; 852.273-70, Late Offer. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. The Federal Contractor Program requires that any contractor receiving a contract from the Federal Government in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. **Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Melissa A. Kwiatkowski, no later than 4:00 P.M. eastern daylight time on 31 January 2008. Contact Melissa A. Kwiatkowski, Purchasing Agent, at 301-619-7761 or FAX 301-619-6646 or by email at Melissa.kwiatkowski@AMEDD.army.mil.
 
Place of Performance
Address: WRIGHT PATTERSON AFB
Zip Code: 45433
Country: USA
 
Record
SN01487598-W 20080119/080117223712 (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.