Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

65 -- Exam Lights

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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
N6264510R0014
 
Response Due
9/3/2010
 
Archive Date
9/10/2010
 
Point of Contact
Jan Harding 301-619-0177 Sandy Musgrove 301-619-0655
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. Also, this acquisition is being conducted under FAR 13.5, Test Program Procedures for commercial items. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Proposal number is N62645-10-R-0014. Proposals are due not later than 3:30 P.M. EST on 3 September 2010. Provisions and clauses in effect through Federal Acquisition Circular 2005-18 are incorporated. NAICS 339112, with a Size Standard of 500 employees for reporting actions purposes. This is a 100% Small Business Set Aside requirement; all qualified small business vendors are encouraged to submit a proposal. Small Businesses shall comply with manufacturing requirements of FAR 52.219-14. The country of manufacture for offered items shall be declared. Salient Characteristics: The Naval Medical Logistics Command intends to negotiate with vendors on an open competition basis to procure 11, single light head ceiling mounted exam lights without case and 6 dual light head ceiling mounted exam lights without case. It will be used as a Battle Dressing Station Light (Here after referred to as a BDS Light) for multiple US Naval vessels. Each unit shall include 2 copies of a Service Manual and two copies of an Operator Manual, electronic format manuals are preferred. The BDS lights shall be acceptable for shipboard use and shall conform to shock testing standards described below. The BDS lights shall meet or exceed these minimum Salient characteristics: The requirement is for a ceiling mounted light that has the following essential minimum salient characteristics for each light head: 1.) Shall be a ceiling mounted. 2.) Shall have a minimum 150 degrees of rotation about the extension arm. 3.) Shall have a minimum of 60 degrees of rotation about the yoke.4.) Shall have a minimum of 90 degrees of rotation about the vertical support of the light head.5.) The light color shall be within 15% of 4500 degrees Kelvin. 6.) Shall have a minimum luminance of 50,000 Lux per light head. 7.) The focal range shall start at a minimum of 24 inches and not extend past 50 inches from the light head. 8.) The light head shall not cause a temperature rise of more than 4 degrees Celsius; 9.) The light head shall have a minimum rating of 500 hours on the light source; 10.) The Government will supply Ship's power to the product's base at 120 VAC 60Hz 15 Amps; 11.) The BDS light shall have sufficient range of motion to cover a standard table, of 6 feet 5 inches in length.12.) The BDS light shall have a method of securing the light in a fixed location for heavy sea conditions, the method shall be semi-permanently mounted (i.e. mounted with bolts, screws, or other semi-permanent means) to the room's ceiling.13.) Installation kit - the Navy requires an installation kit to accompany the item. This installation kit shall allow for the installation of the light in shipboard spaces where ceiling height may vary from 81 inches to 96 inches. 14.) The offered product shall be operable by one untrained person; 15.) Shipboard personnel shall be allowed to replace high fail components (such as light bulbs, fuses) with no or minimal common hand tools (such as a screwdriver) and without complete disassembly of light unit. 16.) The offered light shall be available in a single head and a dual head model.17.) The external electrical connection to line power shall be made with Dorn plug connectors in compliance with MIL-R-2726B (SH).18.) The model/models of BDS light must be manufactured by a registered FDA manufacturer/distributor of medical equipment.19.) The vendor shall provide a Certificate from an approved independent test activity verifying and specifically stating on the Certificate from the approved test activity, that both modes of its lights meet category Grade A, Class I or Class II, Type A testing.20.) All proposed lights, along with the installation kit, shall meet the shock test standards set forth in MIL-S-901D. 21.) Vendor assumes responsibility for all cost of shock testing.22.) Vendor shall ship to Japan A partial list of potential places to obtain testing is provided or available by email request to Jan.Harding@med.navy.mil. PROPOSAL CONTENT/FORMAT: Proposals shall be submitted via email. Proposal shall be separated into TECHNICAL and BUSINESS sections. THE BUSINESS SECTION WILL NOT BE EVALUATED AS PART OF THE TECHNICAL EVALUATION. Vendors shall submit complete proposals. EVALUATION FACTORS FOR AWARD: This is a Low-Price Technically Acceptable (LPTA) procurement. Award will be made on the basis of the lowest evaluated price of proposals meeting all salient characteristics. 1. Technical Conformance to the Salient Characteristics 2. Price The government intends to evaluate proposals and award without discussions with offerors. Therefore, the offerors initial proposal should contain the offerors best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. TECHNICAL PROPOSAL INSTRUCTIONS: The offeror shall submit a proposal with sufficient details to allow a person unfamiliar with the offeror's product to verify the products proposed meet the requirements of the solicitation. Proposal shall include details of how the offeror's proposed lights meet the salient requirements of the Government. The contractor shall prove that the products offered meet the salient characteristics, and that the products conform to the manufacturer's own drawings, specifications, standards, and quality assurance practices. Page limit for technical proposal: 30 pages 3.) BUSINESS PROPOSAL INSTRUCTIONS: Offeror shall price each CLIN, listed below. Offers will be evaluated for price reasonableness and completeness. 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. CLIN 0001: Single Head BDS lightQty: 11 (6 of the 11 to Japan)CLIN 0002: Dual Head BDS lightQty: 6CLIN 0003: Operator and Service ManualsQty: 2 EA CLIN 0004: Shipping Any Shipping charges, if shipping is at no additional charge within the Continental United States (CONUS), proposal shall state as much. Delivery type, i.e. F.O.B. Destination, shall be specified in the proposal. The vendor shall provide company details, specifically: Complete company name and address: Fax number: Phone Number: Current and valid Tax Identification Number (TIN): Current and valid CAGE Code: Current and valid DUNS number: Page limit for business proposal: 5 pages INFORMATION TO BE INCLUDED IN BUSINESS PROPOSAL; Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at 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. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their proposal. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea, FAR clause 52.216-18; Item Identification and Valuation, DFAR 252.211-7003; Proposals shall be submitted by email only to Jan Harding at: Jan.Harding@med.navy.mil. Proposals are due by 3:30 p.m. EST on 3 September, 2010. All questions shall be addressed to Jan Harding by email only, NLT 4:00 P.M. EST on 23 August, 2010. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264510R0014/listing.html)
 
Place of Performance
Address: 693 Neiman St, Fort Detrick, MD
Zip Code: 21702
 
Record
SN02237683-W 20100813/100812000432-d17a207c42102c1e54912697714020f1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.