Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

65 -- COMBINED SYNOPSIS AND SOLICITATION

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W68MX390426313
 
Response Due
3/4/2009
 
Archive Date
5/3/2009
 
Point of Contact
Richard J. Meadows, 2539683962<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This a Combined Synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation For Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation of Purchase Request # W68MX390426313 is issued as a request for quotation (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112. The Size Standard for small business is 500 employees. This RFQ is being issued as a 100% Small Business Set-Aside. These items are for use at Madigan Army Medical Center, Tacoma, Washington. All responsible Contractors shall provide an offer for All or None of the following Heart Lung ByPass Unit. Items: Line Item 0001: 1 each S5 Consoles, 4 pump console (includes power supply, emergency power supply, electronic and power supply pack and mast system). Line Item 0002: 1 each CAP, for fast clamp (6 piece) Line Item 0003: 4 each Single Roller Pump Line Item 0004: 2 each Double Pump Tray. Line Item 0005: 4 each Tubing Gate Line Item 0006: 1 each Tubing Variolock Green 1:4 Line Item 0007: 1 each 4-Slot System Panel Line Item 0008: 1 each Pressure Sensor Module (2 Channel) Line Item 0009: 4 each Display Module Line Item 0010: 1 each Temperature Sensor Module (4 Channel) for YSI probes Line Item 0011: 1 each Level Sensor Line Item 0012: Bubble Sensor Line Item 0013: 1 each Cardioplegia Sensor Module Line Item 0014: 1 each Shelf, 4 position, Line Item 0015: 1 each Sechrist Blender Line Item 0016: 1 each Line Clamp, Venous Line Clamp, Side Rail Mount and Fine/Course Control. Line Item 0017: 1 each Venous Line Occluders 366 mm Line Item 0018: 1 each LED Lamp 24V Line Item 0019: 3 each Cable Holding and Organizing System Line Item 0020: 2 each Cable Holding and Organizing System Line Item 0021: 2 each Tubing Inserts, Metal, 3/8 x 3/32 (Blue) Line Item 0022: 2 each Tubing Inserts, x 1/16 (Silver) Line Item 0023: 1 each SCP Plus System Line Item 0024: 1 each ERC Clamp (500mm) Line Item 0025: 3 each Tranducers Cable, MAXXIM CDXpress Pressure Transducer Cable. Line Item 0026: 1 each Data Pad, (includes holder and cable), DMS Software (1 online + 1 server license). Line Item 0027: 1 each Connection to Marquette Patient Monitor Line Item 0028: 1 each Connection to Medtronic MX2, Bio Trend, or Hepcon HMS Plus Line Item 0029: 1 each Connection to Terumo CDI 400 or CDI 500 Line Item 0030: Freight All offerors shall clearly list specific warranties and discounts on all items. FOB Destination to Madigan Army Medical Center. Pricing quoted shall include all applicable fees. The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) 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 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; (2) 52.212-2 [Evaluations] Evaluation process: All proposals will be evaluated with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6, if vendor offers an Equal product) and Price, with Technical Capability being significantly more important than Price; (3) 52.212-3 [Offeror Representations and Certifications Commercial Items] Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. If Vendor already has information on ORCA website, please indicate this in accordance with this clause; (4) 52.212-4 [Contract Terms and Conditions Commercial Items]; (5) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 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]; 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; and 52.232-33 [Payment by Electronics Funds Transfer Central Contractor Registration]; (6) 52.252-2 applies to this acquisition and the following websites: http://farsite.hill.af.mil/ and http://www.acquisition.gov/comp/far/index.html; (7) 252.212-7001 [Contract Terms and Conditions required to implement statues or Executive orders applicable to defense acquisitions of commercial items] applies to this acquisition and the following sub FAR clauses apply: 52.202-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.232-7003 [Electronic Submission of Payment Requests and Receiving Reports] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7003 Alternate III [Transportation of Supplies by Sea]; (8) 252.212-7010 [Levies on Contract Payments]; 52.222-50 Combating Trafficking in Persons Vendors shall comply with FAR 52.211-6 if submitting other than the Brand name product. The closing date and time of this combined synopsis/solicitation is 4 March 2009, 12:00 p.m. PST. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax or email quotes to Western Regional Contracting Office (253) 968-4091 (email listed below). Paper copies of this combined synopsis/solicitation will not be issued and telephone requests or FAX requests for this combined synopsis/solicitation will not be accepted. Place of Performance: Madigan Army Medical Center Bldg 9040A (Receiving Section) Fitzsimmons Tacoma, WA 98431 United States Point of contact for this combined synopsis/solicitation: Richard J. Meadows, email: Richard.meadows@amedd.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=878ddfe5e14a581e5eb9c935ffa88bee&tab=core&_cview=1)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA<br />
Zip Code: 98431-1110<br />
 
Record
SN01755759-W 20090226/090224220634-878ddfe5e14a581e5eb9c935ffa88bee (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.