Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

65 -- DEFIBRILLATORS, BATTERY PACKS, AND CHARGING STATIONS FOR NIOC SUGAR GROVE

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909T0657
 
Point of Contact
ANDREW HILDEBRANDT 757-443-1321
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-09-T-0657. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090729. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334510 and the Small Business Standard is 500. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received before the close date and time of this solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The proposed contract action is for a brand name only. The brand name and model number of the product(s) are: Item 0001 - 2 EACH - E-Series AED Manual Defibrillator with Manual Override and 12-lead with 1-Step patient cable, SPO2 (comes with EtCo2 port) with reusable sensor and cable, Integrated Bluetooth, NIBP with adult plus cuff and hose, Noninvasive Pacing, Rugged softpack carry case, Sealed Lead Acid batteries. Includes AC Power, Printer, Protocol Assist Code Markers GPS Clock Auto Sync, TriMode Display, 3-lead ECG patient cable, universal cable, RS232 data transfer port, AC power cord, 12" AC power extension cord, one package of recorder paper, two PC Card slots, Operator's Manual, and standard five (5) year warranty for EMS use. MANUFACTURE:Zoll Medical CorporationMODEL NUMBER:50101730020164323 0002 - 6 EACH - SurePowerT Rechargeable Lithium Ion Battery Pack? 5.8 Ah Capacity? High density lithium ion chemistry? RunTimeT Indicator? Automatic calibration ready? Stores history of use and maintenance MANUFACTURE:Zoll Medical CorporationMODEL NUMBER:8019-0535-01 0003 - 2 EACH - SurePowerT Charging Station? 4 Charging bays? Multiple chemistry compatible? 200 watt capacity? Graphic driven user interface? RS-232 communication port MANUFACTURE:Zoll Medical CorporationMODEL NUMBER:8050-0030-01 In accordance with FAR 5.102(a)(6), the required justification or documentation is attached. The Fleet and Industrial Supply Center Norfolk Contracting Department requests responses from qualified sources capable of providing the above products. Delivery is 30-45 days after receipt of order; Delivery Location is NIOC Sugar grove, Attn: Anissa Worthy, HC 74 Bldg 324, Sugar Grove. WV 26815-5000. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-28, Post Award Small Business Program Representation52.222-3, Convict Labor52.222-19, Child Labor52.222-21, Prohibition of Segregated Facilities52.222-26, Equal Opportunity52.222-36, Affirmative Action for Workers w/ Disabilities52.222-50, Combating Trafficking in Persons52.225-13, Restrictions on Foreign Purchases52.232-33, Payment by Electronic Funds Transfer - CCR52.233-3, Protest After Award52.252-2, Clauses Incorporated by Reference.52.215-5, Facsimile Proposals: Attn: Andrew Hildebrandt 757-443-161752.247-34, FOB Destination Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7004 Alt. A CCR Alternate ADFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including:252.225-7001, Buy American Act & Balance of Payments252.225-7036, Buy American Act -FTA-Balance of Payments252.232-7003, Electronic Submission of Payment Request252.247-7023 Alt. III Transportation by Sea252.211-7003 Alt. 1 Item Identification & Valuation252.232-7010, Levies on Contract Payments5252.232-9402, Wide Area Workflow (WAWF)5252.NS-049C, Employment of NON-U.S. Citizens (19 DECEMBER 2001) (FISC NORFOLK)a. The Immigration Reform and Control Act of 1986 (IRCA), Public Law 99-603 (8 U.S.C. 1324a) requires employers to verify the eligibility of individuals for employment to preclude the unlawful hiring, or recruiting or referring for a fee, of aliens who are not authorized to work in the United States.b. By signing this proposal, the offeror certifies it has and will comply with IRCA, to include that it has verified the identity and employment eligibility of any individual employed who is or may be employed by the offeror and works under this contract. The offeror certifies further that it will ensure that proposed subcontractors employing four or more individuals are in compliance with IRCA prior to the award of any subcontract for work under this contract.c. Questions regarding compliance under the Act may be directed to U.S. Department of Justice, Immigration and Naturalization Service.(End of clause) This announcement will close at 10:00 a.m. EST on 21 September 2009. Contact Andrew Hildebrandt who can be reached at 757-443-1321 or email arthur.a.hildebrandt@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Central Contractor Registration (CCR). Quoters 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018909T0657/listing.html)
 
Record
SN01959218-W 20090919/090918000411-dd4f69eff910f0552bb89d138125788e (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.