Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
MODIFICATION

65 -- IV Pumps

Notice Date
8/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Phoenix Area Office, 40 N Central Avenue, Phoenix, Arizona, 85004-4424
 
ZIP Code
85004-4424
 
Solicitation Number
10-247-RFQ1008
 
Archive Date
9/11/2010
 
Point of Contact
Karen McDonald, Phone: 602-364-5015, Verna M Kuwanhoyioma, Phone: (602) 364-5021
 
E-Mail Address
karen.mcdonald@ihs.gov, verna.kuwanhoyioma@ihs.gov
(karen.mcdonald@ihs.gov, verna.kuwanhoyioma@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is IHS/10-247-RFQ1008. The solicitation is issued as a request for quotation (RFQ). 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. The NAICS code is 325412, 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 Department of Health & Human Services / Indian Health Service request responses from qualified sources capable of providing IV Pumps for the Indian Health Service. SALIENT CHARACTERISTICS: All items must be new. Disclaimer: Must Meet Every Requirement to Qualify ITEMS: 1) 15 ea. IV Pumps 2) 1 ea. PCA Module 3) 21 ea. Pump: modules, cassettes, or cartridges (must be able to run 1- 4 lines) 4. Preventative Maintenance after Warranty Period - PM cost on an annual basis. Based on 60 month lease/lease purchase program IV Pumps: 1. IV pump will be used to infuse fluids, medications, or blood products into a patient's circulatory system. 2. Types of infusions: a. Continuous infusion - small pulses of infusion with a Flow Rate Range from 1-99.9 mL/Hr in a 0.1 mL/Hr increments and 1-1,999 mL/hr in 1 mL/hr increments. b. Intermittent infusion - a high infusion rate, alternating with a low programmable infusion rate to keep the cannula open. c. Patient-Controlled infusion - for use in Patient-Controlled Analgesia (PCA) in repeated small doses. 3. Requirements: • Must have the ability to run 1-4 different medications off of one pump. • Must have PCA capability • Must be programmable to accommodate various amounts of medications within a given time. • Light weight for ability to carry (12lbs or less) • All Software and license to run these pumps must be included. • Automatic piggybacking for secondary medications • Programmed delivery profiles • Flow rate calculations • Flow check occlusion alarm • Pumps must be able to be used on Peds patients and have a pressure resistance measure on them for Peds patients • Required Safety Features - Certified to have no Single Point of Failure. No single cause of failure should cause the pump to silently fail to operate correctly. - Batteries included so the pump can operate if power fails or is unplugged with a battery life of at least 6-hours. - Battery charger - can charge in pump or a separate charger. - Anti-free-flow devices to prevent blood from draining from the patient. - A "Down Pressure" sensor will detect when the patient's vein is blocked or the line to the patient is kinked. - An "air-in-line" detector. - An "up pressure" sensor can detect when the bag or syringe is empty. - A drug library with customizable programmable limits for individual drugs that helps to avoid medication errors. • Compatibility is necessary - All one brand so supplies are easier to maintain • Service agreement to maintain equipment and Owners Manual • Training to all nursing staff on usage of this item. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (ie. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the requirements of the solicitation (proposal will have to meet or exceed the acceptability standards for non-cost factors) 2. Price (all line items shall be priced) 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. QUOTE/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. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items 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 52.212-4, 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: 52.203-6, Restrictions on Subcontractor Sales to the Government w/ Alt. I.; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor; 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, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: karen.mcdonald@ihs.gov Any questions must be addressed to karen.mcdonald@ihs.gov. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PHOENIX/10-247-RFQ1008/listing.html)
 
Place of Performance
Address: Hopi Health Care Center, Highway 264 Milepost 388, Polacca, Arizona, 86042, United States
Zip Code: 86042
 
Record
SN02245821-W 20100820/100818235958-23bb806fd23710fa39c62afeaae5f58b (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.