Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
SOLICITATION NOTICE

65 -- Impella Pump Set

Notice Date
4/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU010T0087
 
Response Due
4/16/2010
 
Archive Date
6/15/2010
 
Point of Contact
Jessica Alarcon, 915-569-2900
 
E-Mail Address
Western Regional Contracting Office
(jessica.alarcon@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 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. 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. This solicitation is issued as a Request for Quote (W91YU0-10-T-0087). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. The associated North American Industrial Classification Systems (NAICS) code for this procurement is 339112. Size Standard for small business is 500 employees. RFQ is being issued as UNRESTRICTED. These items/supplies are for use at William Beaumont Army Medical Center. All responsible Contractors shall provide an offer for the following: LINE ITEM 0001: Impella 2.5 Pump Set. Abiomed US Reference # 004672. All part numbers are Abiomed part numbers. Requesting Brand Name or Equal. Quantity of 3 each. The following salient Characteristics must be met: 1. Must be compatible with Impella control console, P/N: 004603 2. Must have a diameter of 4.2mm by 130cm long catheter. 3. Minimum of 9 French motor shaft. 4. Lumens for pumping and pressure measurement. 5. Minimum of 6 French pigtail tip. 6. Plug for connecting to Impella control console, filter, pressure reservoir and check valve. 7. Built in cable for pump monitoring Delivery shall be FOB Destination The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Priced, Technical Acceptability. FACTOR 1- Technical acceptability: If providing an equal product, comply with FAR part 52.211-6, Brand Name or Equal. Provide product literature and/or explain how your company will meet the characteristics of the contract line item numbers (CLIN's) as specified in the solicitation. FACTOR 2- Price. Evaluation Process: All quotes will be evaluated based on their technical acceptability. Price will only be evaluated on those quotes considered technically acceptable. the award decision will be based on the lowest priced, technically acceptable quote. To be considered technically acceptable, the offeror's products shall meet the salient characteristics described in the CLIN's. Award will be made on an all or none basis. Offerors shall submit prices on all CLIN's to be considered. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications Commercial items or do so on-line at http://orca.bpn.gov. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Items. 52.203-6 Alt I Restrictions On Subcontractor Sales to the Government; 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-19 Child Labor -- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Safeguard; 52.222-26 Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50 Combat Trafficking in Persons; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.225-7001 Buy American Act And Balance of Payments Program; 252.225-7041 Correspondence in English; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes o Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation); 52.211-6 Brand Name or Equal; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.212-7000 Offeror Representations and Certifications- Commercial Items; 252.225-7000 Buy American Act -- Balance of Payments Program Certificate (Deviation). WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 16 April 2010, 4:30pm Mountain Standard Time. Submit offers via fax to (915) 569-2959 or email to jessica.alarcon@amedd.army.mil. Delivery (Place) of performance: William Beaumont Army Medical Center, Medical Supply BLDG 11156 FT Bliss, TX 79918-8006
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU010T0087/listing.html)
 
Place of Performance
Address: William Beaumont Army Medical Center 5005 N. Piedras El Paso TX
Zip Code: 79902-5001
 
Record
SN02111760-W 20100404/100402235622-be91893f0c6eaeb313f5982969bc7b5e (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.