Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
MODIFICATION

65 -- The Healthcare Acquisition Activity North (HCAA-N) has a need for three (3) McGrath Series 5 (Brand Name or Equal) HLDI Handle with video screen and adjustable CameraStick.

Notice Date
3/10/2011
 
Notice Type
Modification/Amendment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-RKB-11-0850
 
Response Due
3/18/2011
 
Archive Date
5/17/2011
 
Point of Contact
Keith Batchelor, 301-619-8927
 
E-Mail Address
Medcom Contracting Center North Atlantic
(keith.batchelor@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 500 employees. The Healthcare Acquisition Activity North (HCAA-N) has a need for three (3) McGrath Series 5 (Brand Name or Equal) HLDI Handle with video screen and adjustable CameraStick. All interested companies shall provide a quotation for the following line items: Supplies/Equipment UnitTotal Line ItemDescriptionQuantityU/PTotal 0001McGrath Series 5 (Brand Name or Equal)3XXXX Minimum Requirements The contractor shall furnish BRAND NAME OR EQUAL, equipment/supply for three (3) McGrath Series 5 (Brand Name or Equal) HLDI Handle with video screen and adjustable CameraStick. McGrath Series 5 (Brand Name or Equal) shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. Salient Characteristics Specifications: Minimum Requirements(Specifications): 1. Quantity of three (3) portable compact video-laryngoscopes that allow for tracheal intubation of patients in urgent/emergent settings. The saline characteristics for the laryngoscope are as follows: Fully portable video laryngoscope Nonslip rubberized laryngoscope handle High intensity color LED 1.7 inch LCD video screen mounted on laryngoscope handle Adjustable/rotatable screen Single use; sterile; disposable; latex free laryngoscope blade Adjustable length laryngoscope blade Power requirements - battery operated VGA type camera 2. Minimum of two (2) years of warranty per unit. 3. An additional total quantity of 60 single use laryngoscope blades are to be provided Delivery DELIVERY TERMS SHALL BE FOB DESTINATION. FOB DESTINATION MEANS: THE CONTRACTOR SHALL PACK AND MARK THE SHIPMENT IN CONFORMANCE WITH CARRIER REQUIREMENTS, DELIVER THE SHIPMENT IN GOOD ORDER AND CONDITION TO THE POINT OF DELIVERY SPECIFIED IN THE PURCHASE ORDER, BE RESPONSIBLE FOR ANY LOSS OF AND/OR DAMAGE TO THE GOODS OCCURRING BEFORE RECEIPT AND ACCEPTANCE OF THE SHIPMENT BY THE CONSIGNEE AT THE DELIVERY POINT SPECIFIED IN THE PURCHASE ORDER; AND PAY ALL CHARGES TO THE SPECIFIED POINT OF DELIVERY. THE CONTRACTOR SHALL DELIVER LINE ITEM 0001 NO LATER THAN 30 DAYS AFTER RECEIPT OF AWARD OF CONTRACT TO 10th Medical Group/SGSL 4102 Pinion Dr., Suite 3 USAF Academy, CO 80840-4000 Award shall be made to the offeror whose quotation is the Lowest Price Technically Acceptable (LPTA) quote. Technical acceptability means that the quote meets all of the stated minimum specifications. Incomplete or unreasonable offers shall be rejected and eliminated from further consideration. The government will evaluate information based on the following evaluation criteria: (1) Technical Capability factor "meeting or exceeding the requirement, (2) price. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications. Inspection and Acceptance Criteria: 1.Visual and physical check at 10th Medical Group/SGSL or adherence to requested specifications. 2.Performance check at 10th Medical Group/SGSL or adherence to performance specifications. Price: Quoted price will be evaluated for reasonableness. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. PROVISIONS AND CLAUSES: The following FAR provision and clauses are applicable to this procurement: 52.204-7 Central Contracting Registration (Jul 2006); 52.212-1 Instructions to Offerors - Commercial Items (Nov 2007); 52.212-3 Offeror Representations and Certifications -Commercial Items (Nov 2007) and ALT I (Apr 2002);. The offeror must complete and return Offeror Representations and Certifications-Commercial Items, if the information is not provided in the Online Representations and Certifications Application (ORCA) https://orca.bpn.gov 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007); Within 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2007), the following clauses apply and are incorporated by reference:52.219-6 Notice of Total Small Business Set-Aside (Jun 2003),52.219-28 Post Award Small Business Program Representation (Jun 2007),52.222-3 Convict Labor (Jun 2003),52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007),52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007),52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998),52.222-50 Combating Trafficking in Persons (Aug 2007),52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006),52.232-33 Payment by Electronic Funds Transfer-CCR (Oct 2003) Wide Area Work Flow (WAWF); 52.215-5 Facsimile Proposals (Oct 1997);52.247-34 F.O.B. Destination (Nov 1991). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference:252.204-7004 Required Central Contractor Registration. Alternate A (Sep 2007);252.211-7003 Item Identification & Valuation (Jun 2005)252.232-7010 Levies on Contract Payments (Dec 2006) Within DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (Jun 2005); 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Jun 2005)**. The offeror must complete and return the attached: BUY AMERICAN ACT-- BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2005), if the offered items are not domestic end products. Otherwise the offeror must certify in writing that the items offered are manufactured in the United States. 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Brand Name or Equal Quote Instructions: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) Country of Origin information for each line item. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. Offers will be reviewed exclusively based upon information submitted. If the information submitted does not address all the technical characteristics for the for three (3) McGrath Series 5 (Brand Name or Equal) HLDI Handle with video screen and adjustable CameraStick, the offer will be rejected. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. Due to the difficulties in receipt of mail through normal postal services, it is required that proposals be sent via E-mail to the POC for this requirement, at keith.batchelor@us.army.mil the Offeror is responsible for ensuring receipt by the POC. Proposals are due no later than the 18 March 2011 at 1200 EST. Proposals will not be accepted after this date and time. All questions or comments should be addressed electronically to keith.batchelor@us.army.mil. Questions may be submitted to the POC via E-mail no later than March 14, 2011 @ 1000 EST. Follow-up/additional questions will not be accepted after this date. SPECIAL NOTES: Successful contractor must be registered in the Central Contractor Registration Database (www.ccr.gov) and in Online Representations and Certifications (http://orca.bpn.gov) prior to award of contract. Vendors must submit a DUNS number and Taxpayer Identification Number with their quotation. Registrations in CCR and ORCA are not required for submission of quotation but are required for award. Vendor will have five days to complete all registrations following notification of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-RKB-11-0850/listing.html)
 
Place of Performance
Address: 10th Medical Group/SGSL 4102 Pinion Dr., Suite 3 USAF Academy CO
Zip Code: 80840-4000
 
Record
SN02397882-W 20110312/110310234502-2e085194fcc3e3767ae536dca6f5b22a (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.