Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
DOCUMENT

65 -- Oxygen Generator System EDOC 120B-22 - Solicitation

Notice Date
6/6/2008
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, Maryland, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N6861080566590
 
Archive Date
7/12/2008
 
Point of Contact
Jan T Harding, Phone: 3016190177, Courtney A. Piar,, Phone: 301-619-7467
 
E-Mail Address
jan.harding@med.navy.mil, courtney.piar@med.navy.mil
 
Small Business Set-Aside
N/A
 
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 N6861080566590. Proposals are due not later than 4:00 P.M. EST on 27 June, 2008. Provisions and clauses in effect through Federal Acquisition Circular 2005-24 are incorporated. NAICS 333999. Small Business size standard is 500 employees. The Naval Medical Logistics Command (NMLC) intends to negotiate on a Brand Name Only basis to procure a EDOCS 120B-22 Expeditionary Deployable Oxygen Concentration System (see items below), manufactured by Pacific Consolidated Industries, 12201 Magnolia Ave, Riverside, CA 92503. Brand name only is specified because there is only one manufacturer producing a Deployable Oxygen Concentration System and is capable of delivering medical grade oxygen to fill Pacific Consolidated Industries oxygen cylinders. Any vendors who can provide the brand name only equipment are encouraged to submit a quote. The Government contemplates award of a firm fixed price contract.. Salient Characteristics: The requirement is for an oxygen generator. The oxygen generator will be capable of providing a minimum of 92% medical grade oxygen. Have the ability to fill oxygen tank cylinders at a min of 2250 psi. It must be able to generate 120 liters of oxygen per minute. Will have the following maximum dimensions: 104 inches long, 42 inches wide and no more than 67 inches high and shall not weigh more than 3500 lbs. The oxygen generation system will have a distribution system capable of filling “D”, “E” and “H” oxygen tanks. The system will also contain a spare parts kit which will allow trained personnel to do repairs in the field. The system will not use more than 12KW of power and use 208-220 VAC at 50/60 Hz. 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.) 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 CAT#: 793980-001 Description: EDOC 120B-22 Final assembly 120LPM at 85 psi 120 lpm at 2250 psi 208-240 vac QTY: 1 each CLIN 0002 CAT#: 794075-002 Description: Kit, spare Duel Qty: 1 CLIN 0003 CAT# 793460-001 Description: Manifold assy high pressure HOBS NSN: 6530-01-511-8381 Qty: 1 CLIN 0004 CAT#: 350065 Description: EDOCS 120B-22 Operational and Maintenance Manual Qty: 1 CLIN 0005 CAT#: 350061 Description: HOBS Technical Manual Qty: 1 All of the above equipment and accessories shall be new from the manufacturer, Pacific Consolidated Industries. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. Shipping shall be to Williamsburg, VA. 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,. 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 27 June 2008. Any questions must be addressed to Jan Harding, by email only, or Courtney.Piar@med.navy.mil NLT 1200 on 24 June 2008. No phone calls accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d5d6817d07ab072a44e76ae8c279852c&tab=core&_cview=1)
 
Document(s)
Solicitation
 
File Name: Solicitation (oxygen generator.doc)
Link: https://www.fbo.gov//utils/view?id=0ffb8c534599f75b80d6a440e1e890d1
Bytes: 32.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1681 Nelson St, Fort Detrick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN01588950-W 20080608/080606220527-d5d6817d07ab072a44e76ae8c279852c (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.