Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

65 -- Medivance Arctic Sun 2000 Control Module, Energy Transfer Pads and Calibration Test Unit for Brooke Army Medical Center, Fort Sam Houston, TX

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81NTE81028501
 
Response Due
8/26/2008
 
Archive Date
10/25/2008
 
Point of Contact
Tracey Roberson, 210-221-4811<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Solicitation W81NTE81028501 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This acquisition is under NAICS code 339112. The requirements in this solicitation are: CLIN 0001, 2 EA MEDIVANCE ARCTIC SUN 2000 CONTROL MODULE. ITEM #200-02 CLIN 0002, 40 EA ENERGY TRANSFER PAD SETS SMALL KIT PART #317-05, 12 EA MEDIUM KIT PART#317-07, 20 EA LARGE KIT PART#317-09 CLIN 0003, 2 EA ETP UNIVERSAL PAD ITEM#317-00; CLIN 0004, 2 EA, CALIBRATION TEST UNIT ITEM # 741-00; CLIN 0005, 2 EA EXTENDED WARRANTY. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. The salient characteristics for the Medivance Arctic Sun 2000 Temperature Management System are a water-based, non-invasive thermoregulatory device that monitors and automatically controls patient temperature within a range of 33oC to 37 oC (91.3 oF to 98.6 oF). The Arctic Sun System consists of the Control Module and single-use Arctic Gel Pads. Components provides the unique advantage of safe rapid deployment of therapy and effiicient temperature modulation. The Arctic Gel Pads, the key component of the Arctic Sun System, have a unique construction that includes a water based, biocompatible hydrogel layer. The hydrogel coated pads cover minimal body surface area and adhere to the patients abdomen, back, and thighs. The Arctic Sun pulls water under negative pressure through the pads at a high velocity in a temperature range between 4 oC an 42 oC (39.2 oF and 107.6 oF) for rapid heat exchange. The negative pressure flow prevents water leakage and helps ensure a safe and hassle-free work environment. The other key component, the Arctic Sun Control Module, incorporates an internal control algorithm that reacts to patient temperature by automatically adjusting the circulating pad water temperature to achieve a preset patient target temperature. The temperature feedback from the patient is supplied to the control module using standard YSI-400 patient temperature probes, such as bladder, rectal, esophageal or nasopharyngeal probes. The combination of an efficient control algorithm and thermal conductivity of the hydrogel results in thermoregulatory system that surpasses many expectations and proves to be a useful tool for patients undergoing therapeutic temperature modulation. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. Clause 52.211-6 (and other clauses throughout this solicitation) can be viewed by accessing website http://farsite.hill.af.mil/. Delivery, 14 days after receipt of order, shipping shall be FOB destination to Brooke Army Medical Center, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. The award decision will be based on the BEST VALUE offered to the government and not solely on price. Evaluation of Quotations: (a) The Government will issue an order from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability, past performance, and price. (b) Provide the following information with your quote: 1. Technical Capability: If providing an equal product(s), quotes must comply with FAR provision 52.211-6, Brand Name or Equal. 2. Past Performance. Attached to this solicitation is a Past Performance Questionnaire to be completed by three customers of the same or similar products or services. Vendors are responsible for ensuring completed questionnaires are submitted to the Great Plains Regional Contracting Office by the RFQs closing date and time (see address and point of contact information at the end of this RFQ). 3. Price (c) Award will be on an all or none basis. Vendors must submit their quotes by the due date and time below. Quotes received at other than the stated address will not be considered for award. Evaluation Process: All quotes will be evaluated in accordance with the following criteria: 1. Each vendor will be evaluated on its overall Past Performance under the existing or prior contracts for the same or similar supplies and/or equipment as well as Technical Capability. Pricing will be evaluated to determine value offered for the price and the extent to which it is fair and reasonable in terms of the Governments requirement. The Government reserves the right to evaluate quoted prices on the basis of price realism and will consider quoted prices as an indication of understanding the scope and complexity of the governments requirement. 2. The award decision will be based on the Best Value offered to the Government and not solely on price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of all factors. 3. Technical Capability and Past Performance are equal in importance. Technical capability and Past Performance, when combined, are significantly more important than price. Price could become the determinative selection factor if the quality of the quotes are determined to be essentially equal, or if a quote deemed superior in technical quality is determined not to worth the high price premium. The Trade-off between technical merit and price could result in awarding to other than the low offeror. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the website listed in this solicitation. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply:52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-50 [Combating Trafficking in Persons]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; and FAR 52.217-9 [Option to Extend the Term of the Contract] The closing date and time of this solicitation is 26 August 2008, 3:00 P.M Central Time Zone. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax or email quotes to Great Plains Regional Contracting Office (210) 221-5359 or 210-221-3446 or e-mail Tracey.Roberson@amedd.army.mil. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Tracey Roberson, phone (210) 221-4811; e-mail Tracey.Roberson@amedd.army.mil. The Great Plains Regional Contracting Office is conducting a competitive acquisition. The offeror has identified you as a reference to validate the offerors past performance. Please complete the following questionnaire to assist our evaluation of the contractors past performance. Fax to (210) 221-3446/5359, Attention Tracey Roberson or email completed questionnaire To: Tracey.Roberson@amedd.army.mil Past Performance Questions Name of Contractor being evaluated: ___________________________ 1. How long has your company had a contract with this contractor? ___________________ 2. Type of service being provided? ______________________________________________ 3. Where is the location of this service? __________________________________________ 4. What is the contract number? _________________________ 5. What is the contract dollar value? ______________________ 6. How many Full time Equivalents (FTE) are on the contract? _______________________ 7. What is the contractors historical (cumulative during the past 12 months) fill rate% for this requirement?_________ 8. Have there been late deliveries or other unsatisfactory performance resulting in additional contractual or administrative costs? Yes _______ No _______ If yes, explain _________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ 9. Quality of Service compliance with contract statement of work requirement? (See following page for rating system.) (1) Superior___(2)Satisfactory___(3)Marginal___(4)Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. ___________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________ 10. Business/Customer Relations - Effective management; successfully managed services; reasonable/cooperative behavior; flexible; business-like concern for customers interest. (1) Superior___(2) Satisfactory___(3) Marginal___(4) Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. ___________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________ Rating System: (1) Superior Overall performance exceeds contractual requirements and gives extra benefits to the customer. Problems, if any, were promptly corrected without negative impact to the customer. (2) Satisfactory Performance meets contractual requirements. The contractual performance contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. (3) Marginal - Performance does not meet some contractual requirements. The contractors proposed actions to correct any problems appear only marginally effective or were not fully implemented. (4) Unsatisfactory Performance does not meet most contractual requirements. The contractual performance contains serious problem(s) for which the contractors corrective actions appear or were ineffective. Signature: _______________________ Date:_____________________________ Print Name: ______________________ Company: _________________________ Title: ___________________________ Telephone: _________________________
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2d07431e1e7dcc3bfcaf534c287811da&tab=core&_cview=1)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01647035-W 20080823/080821221622-2d07431e1e7dcc3bfcaf534c287811da (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.