Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

65 -- This requirment is for an Impella Pump.See RFQ below for items and specifications for this requirement.

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
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
W81K0010T0255
 
Response Due
8/10/2010
 
Archive Date
10/9/2010
 
Point of Contact
Roland Jasso, 210-221-4964
 
E-Mail Address
Great Plains Regional Contracting Ofc
(roland.jasso3@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Combined Synopsis/Solicitation W81K00-10-T-0255 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. This acquisition is solicited for small business set-aside under NAICS 334510. All responsible sources may submit a quotation that shall be considered by the agency. The requirements of this RFQ are for An Impella catheter-based cardiac assist device, with the following items: CLIN 0001 thru CLIN 0012. Required items are to be delivered Brooke Army Medical Center, Fort Sam Houston, TX. CLIN 0001 Quantity Unit Unit Price 3 ea ________ IMPELLA 2.5 Pump Set US ITEM#004672 CLIN 0002 Quantity Unit Unit Price 2 ea _________ IMPELLA 5.0 US GENERAL USE (510k) ITEM#004683 CLIN 0003 Quantity Unit Unit Price 2 ea _________ IMPELLA CONSOLE #004603(INCLUDES THE NEXT 3 LINE ITEMS) CLIN 0004 Quantity Unit Unit Price 2 ea ___________ IMPELLA PWR SUPPLY W MAIN CABL ITEM#004602 CLIN 0005 Quantity Unit Unit Price 2 ea __________ MODIFIED VISTA PUMP ITEM#0046-4001 CLIN 0006 Quantity Unit Unit Price 2 ea __________ IMPELLA MPC CART ITEM #004856 CLIN 0007 Quantity Unit Unit Price 2 ea __________ MPC ACCESSORY KIT ITEM #0046-2703 CLIN 0008 Quantity Unit Unit Price 5 ea __________ COMBITRANS MONITORING SET ITEM #001892 CLIN 0009 Quantity Unit Unit Price 5 ea __________ BASICSET, VISTA PMP W/ULTRASITE, ITEM #3100-178 CLIN 0010 Quantity Unit Unit Price 5 ea __________ DEXTROSE 20% 500ML, ITEM#1600-0141 ITEMS 0008 THRU 0011 IS PSECIAL INVENTORY STROCK PROVIDED AT NO CHARGE WITH INITIAL 5.0 PURCHASE. CLIN 0011 Quantity Unit Unit Price 5 ea __________ GUIDEWIRE.025 FOR IMPELLA LP 5.0, ITEM#003893 CLIN 0012 Quantity Unit Unit Price 1 ea __________ FREIGHT CHARGES TOTAL: $__________ Salient Characteristics: Percutaneous ventricular assist devices are employed to support patients with cardiogenic shock or those undergoing high-risk coronary interventions. The Impella technology is the only percutaneously inserted circulatory support device that can provide direct, active unloading of the left ventricle without the need for atrial (transeptal) puncture. This unique, minimally-invasive technology employs a microaxial pump which is placed into the aorta by means of a catheter that is inserted into the femoral artery. It only requires access to one vessel in order to provide circulatory support of up to 2.5 litres/minute. The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-4 [Contract Terms and Conditions Commercial Items]; Addendum 52.212-4; 52.204-10 [Reporting Executive compensation and First-Tier Subcontracting with Contractors Awards (JUL 2010) Over 25K except awards to Individuals]; 52.212-2 [Evaluation-Commercial Items]; 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 52.219-1 [Small Business Program Representations]; 52.237-2 [Protection of Government Buildings; Equipment, and Vegetation]; 52.219-6 [Notice of Total Small Business Set-Aside]; 52.219-8 [Utilization of Small Business Concerns] 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], 52.225-18 [Place of Manufacture] 52.225-13 [Restrictions of Certain Foreign Purchases] 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]; 252.211-7003 [Item ID and Valuation] 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] HIPPA [Local] WAWF [local] End Addendum 52.212-4; 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items] with sub clauses: (end) 52.212-1 [Instructions to Offerors]; Addendum 52.212-1; 52.211-6[Brand Name or Equal]; 52.252-1 [Solicitation Provisions incorporated by reference (Feb 1998] 252.212-7000 [Offeror Representations and Certifications-Commercial Items] m. 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 product offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. m.1. Price. Submit Prices for all schedule items. 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. n. The closing date and time of this solicitation is 10 August 2010, 10:00 a.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, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: Roland Jasso, 3851 Roger Brooke Drive, Bldg 1103, Fort Sam Houston TX 78234-6200. 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: Roland Jasso, 210-221-4946; e-mail: roland.jasso3@us.army.mil. o. The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for location where text can be obtained. End Addendum 52.212-1; The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: Addendum to 52.212-2 Paragraph (a) is herby replaced with the following: 1. 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. End of Addendum to 52.212-2. 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) Alternate (Apr 2002).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0010T0255/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN02227400-W 20100805/100803235852-f565ca3ea685b4c50eac2d833e661273 (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.