Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

65 -- Power Injection Catheters with Standard Guidewire Kit and Related Catheters for Brooke Army Medical Center, Fort Sam Houston, TX.

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
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
W81K00-09-T-0265
 
Response Due
8/25/2009
 
Archive Date
10/24/2009
 
Point of Contact
Tracey Roberson, 210-221-4811<br />
 
E-Mail Address
Great Plains Regional Contracting Ofc
(tracey.roberson@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
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 W81K00-09-T-0265 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This acquisition is solicited on an unrestricted basis for NAICS code 339112, size standard 500 employees. This solicitation is for a base year and four option years. Vendors shall comply with Federal Acquisition Regulation (FAR) provision 52.211-6, Brand Name or Equal applies to this acquisition. FAR provisions and clauses can be viewed at Internet address: http://farsite/hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The requirements in this solicitation are for Power Injection Catheters and Related Catheters to be ordered on an as-needed basis during the period 01 October 2009 through 30 September 2010 and four option years. Delivery is to Brooke Army Medical Center, Fort Sam Houston, TX 78234, FOB: Destination. The Government will pay for items received and accepted. Payment will be via the Government-wide Purchase Card. The following CLINs listed are for the base year but submit quote for base and four 12-month option years. CLIN 0001: Site Rite II Battery Pack Charger, Bard (Dymax) part no. 0101B0014 or equal, 3 each Salient characteristics: Site Rite II Battery Pack Charger, Input 120VAC @ 60Hz/41W, Output 17.4 VDC@750mA. CLIN 0002: Percutaneous Intraducer 3-Way Titanum Catheter, Bard Access Systems part no. 0602230 or equal, 3 each Salient characteristics: Titanium Single Lumen Port, Peel-Apart Percutaneous Intraducer System with Attachable Open-Ended Silicone 9.6 French Catheter " Utilizes Percutaneous Introducer System No. 0601110 (Peel-Apart) CLIN 0003: Percutaneous Intraducer System Catheter 6.6FR, Titanium I Bard Access Systems part no. 0606100 or equal, 3 each Salient characteristics: Titanium Low-Profile Single Lumen Port, Basis Tray with Attachable Open-Ended Silicone 6.6 French Catheter " Utilizes Percutaneous Introducer System No. 0601170 (Peel-Apart) CLIN 0004: Triple Lumen Catheter, 10FR Hickman Bard Access Systems part no. 0606564. Salient characteristics: Hickman 10.0 French Triple Lumen Catheter with SureCuff Tissue Ingrowth Cuff and -4 VitaCuff Antimicrobial Cuff Utilizes repair kits No. 0601790 (complete external segment), No 0601680 (white leg), No. 0601690 (red leg), No. 0601730 (blue leg) and Percutaneous Introducer System No. 0601110 (Peel-Apart) CLIN 0005: Medi-Port Single Lumen 8FR Open-Ended Chrono Flex Catheter Bard Access Systems part no. 0607540 or equal, 3 each Salient characteristics: MRI Plastic Single Lumen Port, Intermediate Kit with Attachable Open-Ended ChonoFlex 6.0 French Catheter " Utilizes Percutaneous Introducer System No. 0601165 (Peel-Apart) CLIN 0006: Medi-Port Dual Luner 9.5FR Catheter Bard Access Systems part no. 0657675 or equal, 6 each Salient characteristics: MRI Plastic Single Lumen Port, MicroIntermediate Kit with Attachable Open-Ended ChonoFlex 9.5 French Dual Lumen Catheter " Utilizes Percutaneous Introducer System No. 0607710 (Peel-Apart) and microIntroducer Kit #8005011 CLIN 0007: PTFE Universal Safety Micro Introducer Kit Bard Access Systems part no. 0678950 or equal, 3 each Salient characteristics: MicroEZ PTFE Universal Safety MicroIntermediate Kit, B Bevel, 5.0 French 5 cm Length CLIN 0008: Catheter PICC 5FR Single Lumen Bard Access Systems part no. 3175135 or equal, 184 each Salient characteristics: Power PICC Power Injection Catheter with Standard Guidewire in Basic Kit, 5.0 French Single Lumen with 135 cm PTFE RadSTIC MicroIntroducer CLIN 0009: Catheter PICC 6FR Dual Lumen Bard Access Systems part no. 3276135 or equal, 123 each Salient characteristics: Power PICC Power Injection Catheter with Standard Guidewire in Basic Kit, 6.0 French Dual Lumen with 135 cm PTFE RadSTIC MicroIntroducer CLIN 0010: Niagara 15CM Precurve Acute Dual Lumen Catheter Bard Access Systems part no. 5592150 or equal, 3 cassettes Salient characteristics: Niagara Pre-Curve Acute Dual-Lumen Catheter, 15 cm Insertion Length CLIN 0011: Niagara, 20CM Precurve Acute Dual Lumen Catheter Bard Access Systems part no. 5592200 or equal, 3 cassettes Salient characteristics: Niagara Pre-Curve Acute Dual-Lumen Catheter, 20 cm Insertion Length CLIN 0012: Winged Infusion set 19GA X 100 Inch with Injection Site Bard Access Systems part no. 2206219 or equal, 3 cassettes Salient characteristics: Winged Infusion Set with Injection Site, 19 Gauge x 1.00 CLIN 0013: Groshong Dual Lumen Tray Bard Access Systems part no. 7927507 or equal, 3 each Salient characteristics: Groshong PICC Catheter and Safety Excalibur Introducer, Full procedure Safety Tray, 5.0 French Catheter Length 55 cm Utilizes safety connector No. 7812500 (red leg), No. 7812510 (white leg) and MicroIntroducer Kit No. 0678950 and repair kit No.7740000 (red and white legs) CLIN 0014: Site Rite 2 Rechargable Battery Pack Bard Access Systems part no. 8001C0775 or equal, 3 each Salient characteristics: Rechargable Battery Pack for Bard Access Systems Site Rite 2 Ultrasound System CLIN 0015: Low Profile Single Lumen Port Bard Access Systems part no. 0605550 or equal, 3 each Salient characteristics: SlimPort Titanium Low Profile Single Lumen Port, Peel-Apart Percutaneous Intraducer System with Attachable Open-Ended ChonoFlex 6.0 French Catheter " Utilizes Percutaneous Introducer System No. 0601165 (Peel-Apart) CLIN 0016: Low-Profie Single Lumen Port Bard Access Systems part no. 0605850 or equal, 3 each Salient characteristics: X-Port Titanium Low Profile Single Lumen Port, Intermediate Kit with Attachable Open-Ended ChonoFlex 6.0 French Catheter " Utilizes Percutaneous Introducer System No. 0601165 (Peel-Apart) and and microIntroducer Kit #0658904 CLIN 0017: Titanium Low-Profie Single Lumen Port Bard Access Systems part no. 0606100 or equal, 3 each Salient characteristics: Titanium Low Profile Single Lumen Port, Basis Tray Basis Tray with Attachable Open-Ended Silicone 6.6 French Catheter " Utilizes Percutaneous Introducer System No. 0601170 (Peel-Apart) CLIN 0018: Slimport 7FR Lumen Catheter, Open Ended Port Bard Access Systems part no. 0654970 or equal, 3 each Salient characteristics: Rosenblatt Low Profile Dual SlimPort with Attachable Open-Ended Silicone 7.0 French Dual Lumen Catheter and MicroIntroducer Kit " Utilizes Percutaneous Introducer System No. 0601170 (Peel-Apart) and and microIntroducer Kit #0658904 CLIN 0019: Hickman Repair Kit, Triple Lumen Catheter Leg (Blue Connector) Bard Access Systems part no. 0601730 or equal, 3 each Salient characteristics: Hickman Repair Kit, (all French sizes except 13.5 French) Triple Lumen Catheter Leg (Blue Connector) CLIN 0020: Needle Guide Kit 21GA Bard Access Systems part no. 900013B0 or equal, 3 boxes Salient characteristics: 21GA Needle Guide Kit- Guide angled for 1.0 cm, 1.5 cm & 2.0 intersection depths CLIN 0021: Sterile Ultrasound Probe Cover Sheath Kit W/ Gel Bard Access Systems part no. 9001C0197or equal, 3 boxes Salient characteristics: Sterile ultrasound probe cover with gel CLIN 0022: Needle Guide Kit 18GA Bard Access Systems part no. 9001C0212 or equal, 5 boxes Salient characteristics: 18GA Needle Guide Kit- Guide angled for 1.5 cm, 2.5 cm & 3.5 intersection depths CLIN 0023: Needle Guide Kit 20GA Bard Access Systems part no. 9001C0214 or equal, 5 boxes Salient characteristics: 20 GA Needle Guide Kit- Guide angled for 0.5 cm, 1.5 cm, 2.5 cm & 3.5 intersection depths CLIN 0024: Winged Infusion Set with Injection Site Bard Access Systems part no. 0603300 or equal, 9 cases Salient characteristics: Winged Infusion Set with Injection Site, 20 Gauge x 1.50 Period of Performance Base year: 1 October 2009 through 30 September 2010 1st option year: 1 October 2010 through 30 September 2011 2nd option year: 1 October 2011 through 30 September 2012 3rd option year: 1 October 2012 through 30 September 2013 4th option year: 1 October 2013 through 30 September 2014. The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-1 [Instructions to Offerors-Commercial] applies to this acquisition to include the following addenda: All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. Evaluation of Quotations: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the system offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. Award will be all or none. FAR provisions and clauses can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html End Addendum 52.212-1; 52.212-4 [Contract Terms and Conditions Commercial Items]; Addendum 52.212-4; 52.211-6 [Brand Name or Equal]; 52.212-2 [Evaluation-Commercial Items]; 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 52.212-18 [Availability of Funds] 52.219-1 [Small Business Program Representations]; 52.237-1 [Site Visit]; 52.237-2 [Protection of Government Buildings; Equipment, and Vegetation]; 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; 252.212-7000 [Offeror Representations and Certifications-Commercial Items] 252.225-7031 [Secondary Arab Boycott of Israel]; 252.232-7010 [Levies on Contract Payments]; 252.243-7001 [Pricing of Contract Modifications]; End Addendum 52.212-4; 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items] with sub clauses: 52.219-6 [Notice of Total Small Business Set-Aside]; 52.219-28 [Post Award Small Business Program Representation] 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 of the Vietnam Era and Other Eligible Veterans], 52.222-50 [Combating Trafficking in Persons], 52.225-3 [Buy American Act-Free Trade Agreements-Israeli Trade Act], 52.225-13 [Restrictions of Certain Foreign Purchases], 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]; 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with sub clauses: 252.225-7001 {Buy American Act and Balance of Payments Program], 252.232-7003 [Electronic Submission of Payment Requests], 252.247-7023 [Transportation of Supplies by Sea Alternate III] (end) The closing date and time of this solicitation is 25 August 2009, 1:00 p.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: Tracey Roberson, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 221-3446/5359, Attn: Tracey Roberson; e-mail: Tracey.Roberson@amedd.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Tracey Roberson, telephone: (210) 221-4811; email: Tracey. Roberson@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0265/listing.html)
 
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
SN01914014-W 20090819/090818000452-5fbf4529812dc8fe06abd82e90f22023 (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.