Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
MODIFICATION

65 -- Flexible Digital Laryngoscopes and Video Systems

Notice Date
7/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N6890810RC1R2
 
Response Due
8/9/2010
 
Archive Date
8/24/2010
 
Point of Contact
Courtney Piar 301-619-7467
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This acquisition is being conducted under FAR 13.5, Test Program Procedures for commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N6890810RC1R281. The solicitation is issued as a Request for Proposal (RFP). Provisions and clauses in effect through Federal Acquisition Circular 05-24 are incorporated. It is the contractor's responsibility 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 www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 339112, with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal The Naval Medical Logistics Command request responses from qualified sources capable of providing fourteen (14) flexible digital video naso-laryngoscopes and three (3) video systems. Of these fourteen flexible naso-laryngoscopes, twelve shall be used for adults and two shall be used for pediatrics. The naso-laryngoscopes and video systems shall meet the following characteristics. Salient Characterstics: Regulatory Requirements: The system and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. All equipment and accessories shall be new from the manufacturer. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. The naso-laryngoscopes and video systems shall consist of:Each adult flexible naso-laryngoscope shall have the following characteristics: small distal tip diameter of 3mm, used with sterile disposable sheaths, a field of view of at least 90, an angulation of at least 140 up and down, and depth of field ranging from 3mm-50mm. The adult scopes shall include a carrying case for each scope. Each pediatric flexible naso-laryngoscope shall have the following characteristics: smaller distal tip diameter of 2.4 mm, used with sterile disposable sheaths, a field of view of at least 80, an angulation of at least 140 up and down, and depth of field ranging from 3mm-50mm. The pediatric scopes shall include a carrying case, light cable guide, and light guide sleeve for each scope. The 3 video systems shall have the following abilities: pure white LED illumination technology, fully immersible keyboard, full screen image presentation, at least a 15inch LCD display, portable, high resolution, CCD based imaging, outputs for external peripherals/ EMR connectivity, user programmable settings, small footprint (less than 16 x 14 x 5 inches) for use in small spaced rooms. The following elements shall also be needed for using the fourteen (14) flexible naso-laryngoscopes: 4 leak testers, one stroboscopy unit, one portable light source with batteries/charger, and one halogen light source. All scopes shall be used with a disposable sheath to prevent the need for chemical sterilization. The flexible naso-laryngoscopes shall be able look at the following: nasal cavity including the middle meatus and maxillary antrostomies post FESS patients, nasopharynx, hypopharynx, and larynx. These scopes shall be used in the clinic environment. The pediatric scopes shall be flexible to allow for increased comfort to the pediatric patient in the clinic environment. The electrical requirements for all of the equipment shall be 110VAC, less than 15Amps, and 60Hz. Inspection: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control. Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer represents the best value to the Government. Award shall be made on the basis of the best value with trade-offs. Past Performance is an evaluation factor for this acquisition. The technical factors, factors 1-4 below, combined are significantly more important than price, and are listed in descending order of importance. However, price may become a critical factor in the event that two or more offerors are determined to be essentially equal following the evaluation of all technical factors. In any event, NMLC intends to award to the proposal that provides the Best Value, price and other factors considered, to the Government. The following factors shall be used to evaluate offers:Technical proposals must include sufficiently detailed information to enable evaluation based on the four (4) factors listed below in order of decreasing priority:1.) Equipment Factors; Conformance to Salient Characteristics;2.) Human Factors; Simplicity, Ease of Use, Ergonomics;3.) Maintainability: Warranty, Parts Availability, Parts Cost, Serviceability;4.) Past Performance; provide contact information for three recent and contactable customers. The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Proposal Instructions: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination to Green Oaks, IL. Offer shall specify the Total Price. Offer will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions:Central Contractor Registration (CCR). Offerors 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; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses:FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED;FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items;FAR 52.212-4, Contract Terms and Conditions---Commercial Items;FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:FAR 52.247-34, F.O.B. Destination;DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items;DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data-Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by 1:00pm Eastern Time on 09 August July 2010. Any questions must be addressed to Courtney.piar@med.navy.mil by email only NLT 05 August 2010. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6890810RC1R2/listing.html)
 
Record
SN02221434-W 20100730/100729000159-8fcb047e7c92f46edeca2fa213be8ec0 (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.