Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

65 -- Sleep Apnea Home Monitoring System

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, European Regional Contracting Office, European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
WK4NKV-8181-8407
 
Response Due
9/15/2008
 
Archive Date
11/14/2008
 
Point of Contact
Ashley Taylor, 49 6371 868358<br />
 
Small Business Set-Aside
N/A
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number: WK4NKV-8181-8407 issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (iv) Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 334510. (v) The Europe Regional Contracting Office has a requirement to purchase six sleep apnea home monitoring systems. Description of requirements for the items to be acquired: CLIN 0001 Remmers Sleep Recorder Basic, SagaTech Electronics, Inc. P/N MED-SNORE-COMP or equal, Quantity 6 each. Package includes 1 Remmers Sleep Recorder, 2 microphones, 30 microphone adhesive washers, 2 flexible oximeter sensors, 25 flexiwraps, 25 nasal cannulas, 1 insight analysis software, 1 padded case, 2 AC power adapters, 1 female to female serial cable and USB cable, 1 patient manual, 1 technician manual, and 1 clinician manual. Salient characteristics of sleep recorder include: 1) Must be able to record the following signals: blood oxygen saturation, heart rate, pulseamplitude, nasal airflow, respiratory airflow, mask pressure, snoring sund, body position, respiratory movements, leg electromyograms, and masseter electromyograms; 2) Patient must be able to use recorder at home with no technician involvement. (vi) Description of other requirements: Electrical Requirements for all equipment is 220V/50Hz; 2 copies each of Operator and Maintenance/Service Manuals in English Language; Display, Control Labels and ALL Software Version Copies must be in English Language for operating and subsystem components. (vii) The place of delivery and acceptance will be U.S. Hospital Landstuhl, 66849 Landstuhl, Germany. All offerors must quote FOB Destination, Landstuhl Regional Medical Center, Landstuhl, Germany. (viii) 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. The following Provisions apply to this requirement: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Include a completed copy of the provision with your offer or complete paragraph (j) of 52.212-3 Alt 1, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov). (ix) FAR 52.212-2 is not used. Award will be made to the technically acceptable low responsible offer. (x) 52.252-2 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, 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 this address: http://farsite.hill.af.mil. The following Clauses apply to this requirement: FAR 52.204-7, Central Contractor Registration; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; additional FAR clauses cited in the clause are: 52.222.19, Child Labor-Corporation with Authorities and Remedies (E.O.13126); 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-34, F.O.B. Destination; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are: 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.225-7041, Correspondence in English; DFARS 252.229-7002 Customs Exemptions (Germany); DFARS 252.232-7008, Assignment of Claims (Overseas); DFARS 252.233-7001, Choice of Law (Overseas). (xi) Additional contract requirement(s) or terms and conditions: Warranty statement will be provided in English. (xii) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xiii) Numbered Notes: None applicable. (xiv) In order to be eligible for award, registration in the Central Contractor Registration database is required. To register, please go to http://www.ccr.gov. (xv) All offers are due 15 September 2008 before 1700hrs (5:00pm) Central European Time. Offers may be sent via email to ashley.taylor@amedd.army.mil, hand-delivered, or faxed to +49-6371-86-8070. (xvi) The Point of Contact for this requirement is Ashley Taylor, +49-6371-86-8358, fax +49-6371-86-8070, or email ashley.taylor@amedd.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a1357818d8fd5b1ec46018b178f3573b&tab=core&_cview=1)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE<br />
Zip Code: 09180<br />
 
Record
SN01661957-W 20080907/080905223941-a1357818d8fd5b1ec46018b178f3573b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.