Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOLICITATION NOTICE

65 -- Anesthesia Machines and Monitors

Notice Date
2/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FM485282730351A
 
Archive Date
3/25/2009
 
Point of Contact
Matthew Zavala,, Phone: 702-652-5354
 
E-Mail Address
matthew.zavala@nellis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. SOLICITATION #: FM485282730351 This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 339112 This combined synopsis/solicitation is being issued as a 100% small business set aside. The small business size standard for NAICS 339112 is 500 employees. Nellis AFB, Las Vegas, NV requires: Three ( 3 EA.) Aestiva/5 7900 General Electric Anesthesia Machine with Monitor ‘Or Equal' (CLIN 0001) Four (4 EA.) M0023042 Datex-Ohmedia Anesthesia Monitors, Compact ‘Or Equal' (CLIN 0002) CLIN 0001 - With pressure and volume modes. Ventilate neonates, trauma, compromised, and routine cases. Synchronized Intermittent Mandatory Ventilation (SIMV) with pressure support and adjustable flow trigger, electric PEEP and apnea backup mode. Including an anesthesia monitor with single and multiparameter modes, automatic screen layout with clear numerical and graphical presentation, alarm limits for various parameters and adjustable alarms. CLIN 0002 - Monitors multiple patient systems including heart, lungs, arterial and central venous pressure invasive monitoring. With multi-colored monitoring parameters and alarm messages. Integrates patient monitoring, anesthesia delivery, ventilation, and information management systems. *** FOB Destination required. Please include delivery prices in the cost of the line items *** This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 12, Commercial Items and FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-29 effective 15 Jan 09) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.247-34 - FOB Destination, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, 52.212-3 - Offeror Representations and Certifications - Commercial Items, 52.212-4 - Contract Terms and Conditions - Commercial Items, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman, AFFARS 5352.242-9000 - Contractor Access to Air Force Installations IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. Contract award will be based on lowest price technically acceptable. *** Contractor must currently be registered in CCR to be eligible for award. *** All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Delivery Schedule (ARO), Offerors Reps and Certs, Point of Contact, Phone, Fax, and Email. All eligible responsible sources may submit a quotation which shall be considered. Quotations may be e-mailed to Matthew.Zavala@Nellis.AF.mil no later than 25 February 2009, 12:00 PM PST. For questions, please contact Matt Zavala by telephone at 702-652-5354 or e-mail at Matthew.Zavala@Nellis.AF.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ee33a8303b6462da25fbec88151bf1bb&tab=core&_cview=1)
 
Place of Performance
Address: Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01751725-W 20090219/090217220233-ee33a8303b6462da25fbec88151bf1bb (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.