Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

65 -- Anesthesia Machine

Notice Date
8/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SPM2D1-08-R-0031
 
Archive Date
8/29/2009
 
Point of Contact
Katie Hughes, Phone: 215-737-8560
 
E-Mail Address
Katie.Hughes@dla.mil
 
Small Business Set-Aside
N/A
 
Description
Numbered notes 13 and 25 apply. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. SPM2D1-08-R-0031 is being issued as a Request for Proposal (RFP) and is 100% unrestricted. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://acquisitions.gov/comp/far/loadmainre.html; http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html; and http://www.dla.mil/j-3/j-3311/DLAD/DLADrev5.htm. The NAICS code is 339112, with a small business size of 500 employees. This is a Full and Open Competition requirement. All responsible sources may submit a quote that if timely received shall be considered by the agency. The Defense Supply Center Philadelphia request responses from qualified sources capable of providing an anesthesia machine BRAND NAME OR EQUAL to the S/5 Avance Anesthesia Machine by Datex-Ohmeda Inc., with the following Salient Characteristics: •2 Large full color displays are required. One fixed display and the other mounted on adjustable arm. •Two vaporizer trolley configuration with factory installed folding side shelf •Flow sensor module, auxiliary O2 flow meter •NIBP, 3/5 lead ECG, ST analysis, SPO2, 2 temperatures, 2 invasive pressures, and respiration modules with all cables and connectors. •Must allow room for expansion modules to increase functionality of the machine and use in special procedures. •Latex free child and adult (small, standard, and large) pressure cuffs. •Finger Sensor •Recorder module and paper (20 rolls). •Uses electronic gas mixing with at least 500ms response time for fast changes in delivery of anesthetic agents. Flow sensors check gas mixture 200 times per second to ensure accurate delivery of agents. •Fully autoclavable advanced breathing system with a small number of parts and connections to limit potential of a leak. •Ventilation system which allows for tidal volume compensation. Modes of operation must include: volume control, pressure control; pressure support with Apnea backup, and synchronized intermittent ventilation. •Must allow for networking of anesthesia and patient monitoring across the department or to centralized locations, web servers, or data servers to save information. Must work with third party information management systems. •Surge protection and backup battery for use under power outages or fluctuation. •Must allow easy switching from automatic to manual control of gas and ventilation functions. Configuration must include all of the following brand name or equal to parts/accessories/warranties as follows: •1009-9002-000 / S/5 Avance Anesthesia Machine / 1 EA •1009-8136-000 / US Configuration Kit / 1 EA •1009-8134-000 / Two Vaporizer Trolley Configuration with 7900 Ventilator Hardware, Air and O2 pipeline, ABS and E-Series gas module software / 1 EA •1009-8469-000 / Factory-installed folding side shelf / 1 EA •1009-8109-000 / 7900 System Software and Manual, Volume Control Mode, tidal volume compensation/ 1 EA •1009-8157-000 / PSVpro, SIMV, PCV-VG and Pressure Control Mode / 1 EA •1009-8288-000/ S/5 Anesthesia Monitor Flat Panel display mount integration kit / 1 EA - including the following: S/5 AM Flat Panel Folding Display Mount P/N: 1009-3362-000; Cable management holder P/N 1009-8238-000; Folding Display Mount Arm P/N 1009-3262-000; S/5 AM integration kit w/cover P/N 1009-8237-000. •1009-8220-000 / Non-circle SCGO (If ordered, machine does a positive test for leaks, menu selection for Jackson Reese) / 1 EA •1009-8159-000 / Bag support arm / 1 EA •8003138 / Medisorb MultiAbsorber disposable canister, white to violet, 6/pkg / 1 EA •M1093634 / ABS Start Up Kit, Adult, Disposable / 1 EA - includes: 1 - Exhaust line with Colder fitting for gas return or scavenging, 18 cm/7 in; 1 - Exhaust line with Colder fitting for gas return or scavenging, 1.0 m/40; 2 - Patient circuit, adult, 1.8 m/72 in; 2 - Parallel Y piece, adult; 2 - Gas sampling elbow; 2 - HMEF 750/S; 2 - Manual ventilation tube with ABS bag arm connector, 0.9 m/36 in; 2 - Latex-free manual bag, 3 L; 2 - Gas sample line, 3.0 m/10 ft •8004459 / ABS bag arm connector, reusable/ 1 EA •8004515 / Patient tube, Hytrel, reusable, for bag arm / 1 EA •1407-7004-000 / Reusable Absorber Canister, includes one 40 pk of filters (1407-3201-000) / 1 EA •1009-8174-000 / AGSS closed system with needle valve and 3 L bag for visual indication of operation; Includes: Swivel DISS EVAC connection on needle valve assembly, reusable scavenging bag / 1 EA •0221-1006-882 / NCG VAC, Wall Adapter, White, 1/4" hose barb / 1 EA •1001-1954-000 / 1/4" ID magenta EVAC hose, priced per foot / 15 EA •1001-3289-000 / DISS EVAC HIT Adapter, 1/4" hose barb/ 1 EA •1009-8080-000 / AC Inlet 100-120V with NEMA Power Cord 5 m / 1 EA •1009-8089-000 / AC 4 outlets 120V / 1 EA •2A Individual outlet breakers, 5A combined outlet breakers •1009-8149-000 / O2 Cylinder Pin Indexed Yoke / 1 EA •1009-8153-000 / N2O Cylinder Pin Indexed Yoke / 1 EA •1009-8180-000 / Pipeline N2O / 1 EA •1009-8127-000 / Three-mode High Continuous Vacuum / 1 EA •Central Vacuum-ANSI Gauge •1009-8012-000 / Auxiliary O2 Flowmeter / 1 EA •2900-0001-000 / Plug, checkout / 1 EA •1503-3857-000 / Plug O2 Port Kit (allows the oxygen cell to be removed when using E-gas modules for oxygen monitoring)/ 1 EA •1407-7001-000 / Flow Sensor module / 1 EA •1503-3858-000 / Enhanced Flow Sensor-plastic / 2 EA •M0023020 / S/5 Anesthesia Monitor/ 1 EA •M1118128 / 8-Module Frame, including Power Supply Unit, Central Processing Unit, S/5 Network Board, and Video Display Controller Board / 1 EA •M1077601 / S/5 Anesthesia Software License, L-ANE06, English / 1 EA •86236 / Power Cord / 1 EA •M1041769 / User Guide, S/5 AM, L-ANE06(A) sw, USA / 1 EA •894379 / User's Guide Holder / 1 EA •M1041785 / S/5 AM User’s Reference Manual at no charge / 1 EA •M1021564 / S/5 AM Monitor Technical Reference Manual at no charge / 1 EA •M1021578 / S/5 AM Module Technical Reference Manual at no charge / 1 EA •D-LCC15-03 / 15" LCD Display / 1 EA •K-ANEB-00-EN / Anesthesia Command Bar / 1 EA •86236/ Power Cord / 1 EA •E-CAiO-00-EN / Airway Gas Module with CO2, N2O, O2, 5 Agent ID / 1 EA •E-PRESTN-00-EN / NIBP, 3/5-lead ECG, ST analysis, spO2, 2 temperatures, 2 invasive pressures, and respiration module / 1 EA •M1059829 / Advanced Accessory Kit for E-series Modules with ECG Grabbers, AAMI/AHA/ EA 1 – including: -3/5-lead Multi-Link ECG Trunk Cable, 12ft (2017003-001); Multi-Link 3-Leadwire set, Group, Grabber, 29in (412682-001); Multi-Link 5-Ld Set, Gr, Grabber, RL, LL, V 51in, RA, LA 29in (412681-005); Air Hose, NIBP tubing, Adult-Pediatric, 12ft (2020980-001); Dura-Cuf, Child (2751E); Dura-Cuf, Small Adult (2752E); Dura-Cuf, Adult (2753E); Dura-Cuf, Large Adult (2754E); SpO2 Interconnect cable, 10ft (OXY-ES3); SpO2 Interconnect cable, 3.3ft (OXY-F-UN); Care Dual Temp Cable, 400/700 series, 0.5m (2016998-001); Extension cable for disp temp probe (16541); All fit sensor (OXY-AF-10); Adult/pediatric sensor (OXY-AP-10) •M1024222 / Skin Temperature Probe, Disposable, 400 Series, pkg of 25 pcs / 1 EA •E-REC-00-EN / Recorder Module / 1 EA •74205-HEL / Paper, recorder, 20 rolls/pk / 1 EA •2005772-001/ Dual invasive pressure adapter cable / 1 EA •M1079844 / Aespire, Aestiva, Avance and Aisys device interface module/ 1 EA FOB Destination. Delivery required within 90 days after the date of the order to: N68094 Naval Hospital Camp Pendleton Receiving Bldg. H 135 MCB Camp Pendleton, CA 92055-5191 Mark for: N68094-8212-8001 Inspection/Delivery/Acceptance all at above address. All clauses shall be incorporated by reference in the order with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these address(es): FAR: http://acquisitions.gov/comp/far/loadmainre.html DFARS: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html DLAD: http://www.dla.mil/j-3/j-3311/DLAD/DLADrev5.htm Provisions & Clauses: 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; FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items Addendum to 52.212-4: The following paragraph(s) of 52-212-4 are amended as indicated below: 1. Paragraph(m), Termination for Cause. Delete paragraph(m) in its entirety and substitute the following: (m) Termination for Cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails comply with any contract terms and conditions, or fails to provide the Government upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If this contract is terminated in whole or in part for cause, and the supplies or services covered by the contract so terminated are repurchased by the Government, the Government will incur administrative costs in such repurchases. The Contractor and the Government expressly agree that, in addition to any excess costs of repurchase, or any other damages resulting from such default, the Contractor shall pay, and the Government shall accept, the sum of $1155.00 as payment in full for the administrative costs of such repurchase. This assessment of damages for administrative costs shall apply for any termination for cause following which the Government repurchases the terminated supplies or services together with any incidental or consequential damages incurred because of the termination. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. 2. Paragraph(t), Central Contractor Registration(CCR) Add the following paragraph: (5)Definitions. "Central Contractor Registration (CCR) Database" means the primary Government repository for contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) Code means - (a) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or (b) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Number System (DUNS) Number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D & B) to identify unique business entities. "Data Universal Numbering System +4 (DUNS+4) Number" means the DUNS number assigned by D & B plus a 4-character suffix that may be assigned by a business concern. (D & B has no affiliation with this 4-character suffix) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11 of the Federal Acquisition Regulation) for the same parent concern. "Registered in the CCR Database" means that - (a) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; (b) The Contractor's CAGE code is in the CCR database; and (c) The Government has validated all mandatory data fields to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service, and has marked the records "Active." The Contractor will be required to provide consent for TIN validation to the Government as part of the CCR registration process. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR/DFAR/DLAD clauses apply: o52.203-6, Restrictions on Subcontractor Sales to the Government; o52.219-8, Utilization of Small Business Concerns; o52.219-28, Post Award Small Business Program Representation; o52.222-3, Convict Labor; o52.222-19, Child Labor Cooperation with Authorities and Remedies; o52.222-21, Prohibition of Segregated Facilities; o52.222-26, Equal Opportunity; o52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; o52.222-36, Affirmative Action for Workers with Disabilities o52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; o52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; o52.222-50 Combating Trafficking in Persons; o52.225-13, Restrictions on Certain Foreign Purchases; o52.232.33, Payment by Electronic Funds. Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006); 252.211-7006 Radio Frequency Identification (FEB 2007) DFARS; 52.211-9010 Shipping Label Requirements-MIL-STD-129P (MAY 2006) DLAD; 52.211-9010 Shipping Label Requirements –MIL-STD-129P (MAY 2006) ALT I (AUG 2005); 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) DFARS; 52.232-17 Interest (JUN 1996); 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS; 52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop Work Order (AUG 1989); 52.247-9012 Requirements for Treatment of Wood; Packaging Material (WPM) (JUL 2006) DLAD FAR 52.211-6, Brand Name or Equal; FAR 52.212-9000, Changes in Military Readiness; FAR 52.211-9010 ALT I, Shipping Label Requirements Mil-Std-129; FAR 52.247-9012, Requirement for Treatment of Wood; FAR 52.211-9022, Superseded Part-Numbered Items; FAR 52.211-17, Delivery of Excess Quantities; FAR 52.246-9007, Inspection and Acceptance at Destination; FAR 52.247-34, F.O.B. Destination; FAR 52.219-28, Post-Award Small Business Program; FAR 52.239-9000, Y2K Compliance Notice; FAR 52.246-9P38, Warranty of Supplies (Commercial Items); FAR 52.252-02, Clauses Incorporated by Reference; FAR 52.252-06, Authorized Deviations in Clauses; FAR 52.233-9000, Agency Protests; FAR 52.211-9011, BSM Delivery Terms and Evaluation; DLAD 52.215-9016 Notice to Contractors and Defense Finance Accounting Services (DFAS); DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items, In compliance with said clause, following additional clauses apply: o252.225-7012, Preference for Certain Domestic Commodities; o252.225-7014, Preference for Domestic Specialty Metals; o252.225-7036, Buy American Act-Free Trade Agreements – Balance of Payments Program; o252.227-7015, Technical Data Commercial Items; o252.232-7003, Electronic Submission of Payment Requests; o252.247-7023, Transportation of Supplies by Sea. o252.247-7024, Notification of Transportation of Supplies by Sea DFARS 252.232-7010, Levies on Contract Payments: DFARS 252.246-7003, Notification of Potential Safety Issues Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price meeting or exceeding the non-cost factor (technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offerors total price for all line items as delivered to Camp Pendleton, CA. This acquisition is being conducted under FAR 13.5 Test Procedures for Commercial Items. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers in descending order of importance: 1. Technical Features Meeting/Exceeding Minimum Requirements 2. Price (all CLINs shall be priced) The offerors initial proposal shall contain the offerors best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Quote/Proposal Instructions: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of the proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. The proposal/quote shall specify the Total Price. Proposals will be evaluated for Completeness (all items are to be priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. The following information will be mandatory on your proposal: correct RFP number, vendor legal name and address (same as it appears in the Central Contractor’s Registration), telephone and fax numbers, point of contact, DUNS numbers, Cage Code, Tax ID number, business size and HubZone representation, and any completions required as stated above. Proposals/Quotes shall be submitted by email or fax to Katie Hughes at Katie.Hughes@DLA.MIL/ Fax: (215) 737-8002. Quotes are due by 4:30 Eastern Time on 29 AUGUST 2008. Any questions must be addressed to Katie Hughes by email only NLT 27 AUGUST 2008. No phone calls accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0c4e5105c4f518d4eace99e467e9d6d3&tab=core&_cview=1)
 
Place of Performance
Address: N68094, Naval Hsopital Camp Pendleton, Recieving Bldg. H 135 MCB, Camp Pendleton, California, 92055-5191, United States
Zip Code: 92055-5191
 
Record
SN01649220-W 20080824/080822223851-05784a3d0d11d58dcde762a7b28b7962 (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.