Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
SOLICITATION NOTICE

65 -- Solar 8000M Patient Monitor Module/Peripherals

Notice Date
9/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
39706 40th Street, Fort Gordon, GA 30905
 
ZIP Code
30905
 
Solicitation Number
W91YTV-11-T-0286
 
Response Due
9/24/2011
 
Archive Date
3/22/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is W91YTV-11-T-0286 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-24 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The U.S. Army MEDCOM Southeast Regional Contracting Office requires the following items, Exact Match Only, to the following: LI 001, SOLAR PDM CARD TOUCH AVOA AFIB GOV, PART NUMBER: SLR8K1-DBXAHB-AAXAXX, 11, EA; LI 002, KEYPAD WITH HOLSTER ADULT 5FT CBL, PART NUMBER: 1-KEYPAD-BAA-A, 11, EA; LI 003, DSPL LCD 15 MED GRD FPD WITH TCH N AMER PC, PART NUMBER: 2031526-001, 11, EA; LI 004, PDM GENERUC ATO MODEL, PART NUMBER: 2042084-001, 12, EA; LI 005, ATO OI NELLCOR ASSEMBLY, PART NUMBER: 2041390-002., 12, EA; LI 006, ATO OI NELLCOR ENGLISH LANGUAGE PART#: 2041390-020. NO CHARGE., 12, EA; LI 007, SW OPT 60HZ POWER LINE FREQUENCY PDM, PART NUMBER: 2041575-002. NO CHARGE., 12, EA; LI 008, SW OPT ENABLE INVASIVE BP, PART NUMBER: 20415875-003. NO CHARGE., 12, EA; LI 009, ATO OI BATTERY, PART NUMBER: 2041390-041. NO CHARGE., 12, EA; LI 010, ATO OI BEDSIDE DOCK, PART NUMBER: 2041390-042, 12, EA; LI 011, ATO OI 5FT EPORT CABLE, PART NUMBER: 2041390-045, 12, EA; LI 012, CENTRAL STATION UPGRADE AND ADDITONAL LICENSES: CICV5 MP100DUP 2BDV PMADT RVWRT 24FD CE, PART NUMBER: CIC-FFEH-RBBIX-AXXXX, 1, EA; LI 013, CIC V5+ SHIP ALONG TRAINING CD 1 PER S/O, PART NUMBER: 203303-001, 1, EA; LI 014, HARDWARE REPLACEMENT REQUIREMENT, PART NUMBER: 2038769-001 RETURN OF EXISTING CENTRAL HARDWARE WITHIN 30DAYS IS REQUIRED TO RECEIVE THE HARDARE UPGRADE DISCOUNT PRICING. SHOULD YOU CHOOSE TO NOT RETURN YOUR EXISTING CENTRAL HARDWARE TO GE HEALTHCARE, AND EQUIVALENT OF 12,500 USD PER CENTRAL WILL AUTOMATICALLY BE APPLIED TO YOUR ACCOUNT., 1, EA; LI 015, PACKAGING TRADE-IN CONTAINER, PART#: 2036961-001, 11, EA; LI 016, 24 HR FD STORAGE LICENSE-MAX 16 LIC/CIC, PART#: CIC-24FD-OPT, 10, EA; LI 017, DISPLAY AND WRITER: DSP LCD 19IN MED W/TCH W/DKST N AMR, PART#: 2033159-001, 1, EA; LI 018, PRN50 DIGITAL WRITER ENG., PART#: PRN50=A. UP TO FOUR WAVEFORMS PRINTED SIMULTANEOUSLY. EIGHT RECORDING SPEEDS INCUDING:.1,.5, 1, 5, 10, 12.5, 25 AND 50 MM/S. HARDCOPY PRINTOUTS OF STORED INFORMATION INCLUDING TRENDED PARAMETERS, ARRHYTHMIA INFORMATION, CARDIAC, PULMONARY AND DOES CALCULATIONS, ARRHYTHMIA AND ALARM PARAMETER AND LIMITS SETUP., 1, EA; LI 019, PEDESTAL BASE W/INST SHT DARK STL BLUE, PART#: 421837-001., 1, EA; LI 020, CABLE KIT, CIC TO PRN50 (INCLUDES ADAPTER AND 5' CABLE), PART #: 2008880-001, 1, EA; LI 021, CIC LASER PRINTER US/CAN, PART#: 2039670-001, 1, EA; LI 022, PDM SERVICE TOOL KIT, PART#: 2030924-001, 1, EA; LI 023, MOUNT PDM M-ARM DOWN-POST, PART#: 2022677-001, 11, EA; LI 024, UNIVERSAL KEYPAD MOUNTING KIT FOR 15/18" FLAT PANEL MONITOR, PART#: 2017534-001, 11, EA; LI 025, GCX NON-LOCKING VARIABLE HEIGHT WALL MOUNT (FLAT PANEL AND/OR RAC), PART#: 2002746-002, 11, EA; LI 026, VARIABLE HEIGHT ARM 6" EXTENSION MOUNT, PART#: 2005961-001, 11, EA; LI 027, GENERIC FLUSH WALL MOUNT (SOLAR 8000, 8000M, CIC V4) PART#: 2024390-001, 11, EA; LI 028, FLAT PANEL HOLSTER POWER SUPPLY MOUNT, PART#: 2003483-001, 11, EA; LI 029, 19" WALL CHANNEL, PART #: 411959-001, 11, EA; LI 030, TRANSPORT MONITOR: TRANSPORT PRO PDM ENG US GOVT NA 6FT PC, PART#: TRANS-BB-HXXX, 1, EA; LI 031, ACCESSORIES: CABLE, ECG 12 LEAD CABLE, AJA 12 FEET, EACH, PART#: 2017006-001, 11, EA; LI 032, LEADWIRE SET, ECG, MULTI-LINK - GROUP, 5-LD GRAB, AHA, 51 IN., 5/SET, PART #: 412681-002, 11, EA; LI 033, LEADWIRE SET, ECG,MULTI-LINKT, 5-LD GRAB, V2-V6, AHA, 51 IN., 5/SET, PART#: 416467-001, 11, EA; LI 034, AIR HOSE, NIBP DUAL TUBE ADULT, EACH, PART#: 2017998-001, 11, EA; LI 035, CABLE, NELLCOR OXIMAX INTERFACE, 12 FEET, EACH, PART#: 2021406-001, 11, EA; LI 036, NELLCOR DURASENSOR REUSABLE FINGER PROBE, PART#: 407705-006, 11, EA; LI 037, CUFF, NIBP, SOFT-CUF, ASSORTMENT PACK, 2TB, SUBMIN, 10/BX, PART#: 2298, 7, EA; LI 038, NETWORK DISIGN AND CONSULTING FOR SEGREGATED NETWORK (PER NODE - <15 NODES), PART#: 2036075-034, 14, EA; LI 039, NETWORK EQUIPMENT W/3COM, PART#: 2036075-034, 14, EA; LI 040, NETWORK EQUIPMENT INSTALL, PART #: 2036075-012, 14, EA; LI 041, NETWORK DROP INSTALL W/CAT5e, NO DUST CARTS, PART#: 2036075-017, 14, EA; LI 042, KIT SEGREGATED NETWORK DOC AND LABELS, PART#: 2036075-037, 1, EA; LI 043, NETWORK EQUIPMENT W/3COM BASE, PART#: 2036075-011, 1, EA; LI 044, NETWORK EQUIPMENT - UPS(PER 20 NODES), PART#: 2036075-011, 1, EA; LI 045, NETWORK EQUIPMENT INSTALL - CARE AREA INTEGRATION GE-PROVIDED FIBER OR CAT 5e/CAT 6), PART#: 2036075-016, 1, EA; LI 046, SOLAR SERIES BIOMED CLASS APPROXIMATELY 5 DAYS, INCLUDES TUITION AND COURSE MATERIALS. TRAINIG MUST BE TAKEN WITHIN 18 MONTHS OF PURCHASE. TRAINING IS NON-REFUNDABLE, PART#: 2030677-011, 1, EA; LI 047, ON-SITE SOLAR SUPPORT. 1 DAY TRAINING AND/OR GO LIVE SUPPORT, PART#: 2016373-300, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army MEDCOM Southeast Regional Contracting Office intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army MEDCOM Southeast Regional Contracting Office is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If you plan to provide other than the brand name cited in the purchase description, provide in your response the brand name and the catalog or part number you intend to furnish and the characteristics of the substitute item that are equivalent to the brand name. Also provide all documents which clearly describe the item(s) so that it/they can be evaluated by the end user. Failure to submit the requested substitute item information before the closing date listed on page 1, block 8, will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc. If an item is furnished which does not meet the requirement the item will be returned at the vendor's expense for a full refund. Final decision as to award will be based on lowest price technically acceptable (technical acceptability is determined by the end-user). (End of Provision) Contract Terms and Conditions--Commercial Items Central Contractor Registration (52.204-7) Electronic Submission of Payment Requests and Receiving Reports (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. http://farsite.hill.af.mil/ An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. http://farsite.hill.af.mil/ 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (20) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). (21) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). (22) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (23) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (25) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29U.S.C. 793). (31) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far and www.dtic.mil/dfasrs and www.farsite.hill.af.mil Contractor shall submit payment request using the following method as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. WAWF-RA is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS)[fill in DFAS location here](Block 18a of your purchase order/contract) at [fill in DFAS vendor pay phone number here] or faxed to [fill in DFAS vendor pay fax phone number here]. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/559576c5843c784fa3c7c1b6e2a843df)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02570577-W 20110911/110910001021-559576c5843c784fa3c7c1b6e2a843df (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.