Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
SOLICITATION NOTICE

65 -- ROTEM delta analyzer

Notice Date
2/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F-13-T-0016
 
Response Due
2/21/2013
 
Archive Date
4/14/2013
 
Point of Contact
Elena Hughes, 496371-86-6021
 
E-Mail Address
European Regional Contracting Office
(elena.hughes@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
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. Quotation number W9114F-13-T-0016 is issued as a request for quotation (RFQ). Due Date: 21 February 2013 at 10:00 A.M., CEST (local Germany). Quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this quotation is 423450. The Europe Regional Contracting Office has a requirement to purchase a ROTEM delta analyzer, BRAND NAME ONLY. The Government will make an award based on the Lowest Price, Technically Acceptable (LPTA) offer. Quoters shall submit prices on the list of ROTEM delta analyzer and accessories, see below. The Government will use the submitted price list for price comparison. Any interested party may provide a quote via email to elena.m.hughes@us.army.mil, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Elena Hughes, phone # 011-49-6371-86-6021 or at elena.m.hughes@us.army.mil. The requirements for this RFQ are as follows: 1. ROTEM delta FFP TEM Systems, Inc. catalog number 200100-US/USA, Analyzer ROTEM delta Thromboelastometry 1S. Price shall include shipping costs to USAMMCE, Pirmasens in Germany. NSN: 664008T000425. FOB: Destination 2. ROTEM Trolley FFP TEM Systems, Inc. catalog number 400523, Trolley for ROTEM delta and printer 1S. Price shall include shipping costs to USAMMCE, Pirmasens in Germany. NSN: 653008T000366 FOB: Destination 3. Scanner Barcode FFP TEM Systems, Inc. catalog number 400292, Scanner Barcode USB Connected for ROTEM delta 1S. Price shall include shipping costs to USAMMCE, Pirmasens in Germany. NSN: 651508T003467 FOB: Destination 4. Pipette E-Line FFP TEM Systems, Inc. catalog number 70030, Pipette E-line for ROTEM delta 1S. Price shall include shipping costs to USAMMCE, Pirmasens in Germany. NSN: 651508T003468 FOB: Destination 5. Printer FFP TEM Systems, Inc. catalog number 400222, Printer for ROTEM Analyzer 1S. Price shall include shipping costs to USAMMCE, Pirmasens in Germany. NSN: 651508T003471 FOB: Destination Equipment will be shipped door-to-door by the vendor with delivery to the United States Army Medical Materiel Center - Europe in Pirmasens, Germany. Shipping to the US Containerization point at New Cumberland is not authorized. Delivery Location: United States Medical Material Center, Europe (USAMMCE) Husterhoh Kaserne Bldg. 4136 Clinical Engineering Division 66953 Pirmasens Germany Delivery Date: 07 March 2013 The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: 52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012 52.212-4: Addendum Amend Para (a) to include - The contractor will provide the following: 1)Electrical requirements will be 220 Volt, 50 Hz, Two Prong German Plug 2)Two copies of the Operator's Manuals in English 3)Two copies of the Maintenance manuals in English 4)Display and control labels will be in English 5)Statement of warranty terms and conditions in English 6)FDA Approved, 510K compliant as required. (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.214-34 Submission of Offers in the English Language (APR 1991) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.225-14 Inconsistency Between English version And Translation of Contract (FEB 2000) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification 52.232-36 Payment by Third Party (FEB 2010) 52.232-99 Providing Accelerated Payment to Small Business (AUG 2012) (Deviation) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.247-34 F.O.B. Destination (NOV 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.225-7041 Correspondence in English (JUN 1997) 252.229-7000 Invoices Exclusive of Taxes or Duties (JUN 1997) 252.229-7002 Customs Exemptions (Germany) (JUN 1997) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 252.232-7008 Assignment of Claims (Overseas) (JUN 1997) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.233-7001 Choice of Law (Overseas) (JUN 1997) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2012) ALT I 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2011) (Deviation) 52.222-50 Combating Trafficking in Persons (AUG 2007) ALT I 52.252-1 Solicitation Provisions incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference -(FEB 1998) 52.252-5 Authorized Deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7008 Export Controlled Items (APR 2010) 252.204-7011 Alternative Line-Item Structure (SEP 2011) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - MAY 2011 (Deviation) 252.229-7001 Tax Relief - (ALT I - JUN 1997) ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - JUN 2008 The following paragraphs are hereby amended: Para (a) Does not apply to this solicitation. Para (b) Replace subparagraph (4) with the following: Salient Characteristics. The vendor must explain how they will comply with the requirements in the request for quote by submitting a written quote which describes: ROTEM delta analyzer and accessories - Brand Name 1: The unit shall be, a portable all-in-one Thromboelastometry (TEM) analyzer using the viscoelastic method for haemostasis testing in whole blood. 2: Must be able to detect both hypo- and hyperfunctional stages of the clotting process and test for the diagnosis of hyperfibrinolysis. 3: Must be designed to be a stand alone unit. 4: The Thromboelastometry (TEM) analyzer shall come in 220 VAC 50 Hz. 5: Must have the following key measurement parameters as a minimum: a)Clotting time (CT): The CT is the latency time from adding the start reagent to blood until the clot starts to form. Prolongation of CT may be a result of coagulation deficiencies, primarily coagulation factors, or heparin (dependent on the test used). b)Clot formation time (CFT) and alpha-angle: The alpha angle is the angle of tangent between 2 and the curve while CFT is the time from CT until a clot firmness of 20 mm point has been reached. These parameters denote the speed at which a solid clot forms and are primarily influenced by platelet function, but to a certain extent especially fibrinogen and coagulation factors contribute. c)Maximilliclot Firmness (MCF): MCF is the greatest vertical amplitude of the trace. It reflects the absolute strength of the fibrin and platelet clot. d)Lysis Index after 30 minutes (LI30) and Maximum Lysis (ML): The LI30 value is the percentage of remaining clot stability in relation to the MCF value at 30 min after CT. A similar value can also be calculated at other time points (45 or 60 min). The ML parameter describes the percentage of lost clot stability (relative to MCF, in %) viewed at any selected timepoint or when the test has been stopped. e)AS, A10, Al5 or A20 value: These values describe the clot firmness (or amplitude) obtained after 5, 10, 15 or 20 minutes and provide a forecast on the expected MCF value at an earlier stage. The advantage of the A15-value is obvious: It allows for a more rapid decision about therapeutic intervention. 6: Must have the following types of assays: a) A semi-quantitative in vitro diagnostic assay used to monitor the coagulation process via the intrinsic pathway in citrated whole blood specimens. b) A semi-quantitative in vitro diagnostic assay to monitor the coagulation process via the intrinsic pathway in the presence of unfractionated heparin, in citrated whole blood specimens. c) A semi-quantitative in vitro diagnostic assay to monitor the coagulation process via the extrinsic pathway in citrated whole blood specimens. d) A semi-quantitative in vitro diagnostic assay to monitor the clot firmness of citrated whole blood specimens after blocking platelet contribution to the clot firmness by Cytochalasin D. e) A semi-quantitative in vitro diagnostic assay to monitor the clot firmness of a citrated whole blood specimen after blocking hyperfibrinolysis by aprotinin. f) A semi-quantitative in vitro diagnostic assay to monitor the coagulation process, contact-activated by the surface of the measurement cell, in citrated whole blood specimens. 7: Corporate capability. The vendor shall submit a written narrative to explain its corporate capability to supply the medical items that the US Government will order. If a vendor offers equal products, vendor shall provide an explanation/narrative to demonstrate why the offered product is equal to the Brand Name. 8: System for Award Management (SAM). The vendor shall have a current registration in the SAM with updated DUNS and CAGE numbers. 9: Government Purchase Card (GPC). The vendor accepts the US Governments GPC as method of payment. Failure to receive an acceptable rating in any of the salient characteristics will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected. All items on the required items list shall be priced. If you fail to price all items, your quote will not be submitted for award. Para (c) Change 30 to 60. Para (d) Does not apply to this quotation. Para (i) Does not apply to this quotation. Add the following: Para (m) Quotes shall describe how your offer meets the salient characteristics of this solicitation. Para (n) ELECTRONIC OFFERS. Vendors may submit electronic quotes in response to this RFQ. The quote must arrive by the time specified in the RFQ to the following email address: elena.hughes@amedd.army.mil Vendors may call Elena Hughes (+0049) 6371-86-60213 to verify receipt of the quote. If the vendor chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote. Para (o) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ two days before closing date of quote submission by e-mail to Fax (+49)6371-86-8070. All questions received will be answered officially through an amendment for distribution to all prospective vendors. ACQUISITION PROCEDURE The acquisition procedure to be used for this acquisition will be in accordance with FAR Part 12 and 13 Simplified Acquisition. ADDENDUM TO 52.212-2 Paragraph (a) is hereby replaced with the following: (a) The Government will award a purchase order to the responsible quoter whose quote represents the best value to the Government, price and other factors considered. Award will be made on the basis of the Lowest Price, Technically Acceptable (LPTA) quote. If any on salient characteristic below is rated quote mark Unacceptable, quote mark then the Government will no longer consider issuing a purchase order to that quoter, the quoter will be ineligible for award. The following characteristics shall be used to evaluate all quotes: ROTEM delta analyzer and accessories - Brand Name 1: The unit shall be, a portable all-in-one Thromboelastometry (TEM) analyzer using the viscoelastic method for haemostasis testing in whole blood. 2: Must be able to detect both hypo- and hyperfunctional stages of the clotting process and test for the diagnosis of hyperfibrinolysis. 3: Must be designed to be a stand alone unit. 4: The Thromboelastometry (TEM) analyzer shall come in 220 VAC 50 Hz. 5: Must have the following key measurement parameters as a minimum: a)Clotting time (CT): The CT is the latency time from adding the start reagent to blood until the clot starts to form. Prolongation of CT may be a result of coagulation deficiencies, primarily coagulation factors, or heparin (dependent on the test used). b)Clot formation time (CFT) and alpha-angle: The alpha angle is the angle of tangent between 2 and the curve while CFT is the time from CT until a clot firmness of 20 mm point has been reached. These parameters denote the speed at which a solid clot forms and are primarily influenced by platelet function, but to a certain extent especially fibrinogen and coagulation factors contribute. c)Maximilliclot Firmness (MCF): MCF is the greatest vertical amplitude of the trace. It reflects the absolute strength of the fibrin and platelet clot. d)Lysis Index after 30 minutes (LI30) and Maximum Lysis (ML): The LI30 value is the percentage of remaining clot stability in relation to the MCF value at 30 min after CT. A similar value can also be calculated at other time points (45 or 60 min). The ML parameter describes the percentage of lost clot stability (relative to MCF, in %) viewed at any selected timepoint or when the test has been stopped. e)AS, A10, Al5 or A20 value: These values describe the clot firmness (or amplitude) obtained after 5, 10, 15 or 20 minutes and provide a forecast on the expected MCF value at an earlier stage. The advantage of the A15-value is obvious: It allows for a more rapid decision about therapeutic intervention. 6: Must have the following types of assays: a) A semi-quantitative in vitro diagnostic assay used to monitor the coagulation process via the intrinsic pathway in citrated whole blood specimens. b) A semi-quantitative in vitro diagnostic assay to monitor the coagulation process via the intrinsic pathway in the presence of unfractionated heparin, in citrated whole blood specimens. c) A semi-quantitative in vitro diagnostic assay to monitor the coagulation process via the extrinsic pathway in citrated whole blood specimens. d) A semi-quantitative in vitro diagnostic assay to monitor the clot firmness of citrated whole blood specimens after blocking platelet contribution to the clot firmness by Cytochalasin D. e) A semi-quantitative in vitro diagnostic assay to monitor the clot firmness of a citrated whole blood specimen after blocking hyperfibrinolysis by aprotinin. f) A semi-quantitative in vitro diagnostic assay to monitor the coagulation process, contact-activated by the surface of the measurement cell, in citrated whole blood specimens. 7: Corporate capability. The vendor shall submit a written narrative to explain its corporate capability to supply the medical items that the US Government will order. If a vendor offers equal products, vendor shall provide an explanation/narrative to demonstrate why the offered product is equal to the Brand Name. 8: System for Award Management (SAM). The vendor shall have a current registration in the SAM with updated DUNS and CAGE numbers. 9: Government Purchase Card (GPC). The vendor accepts the US Governments GPC as method of payment. Evaluation Standards: Evaluation Standards: The Government will use the following standards for a final rating: ACCEPTABLE: A quote that meets the Government's salient characteristics identified in the solicitation. UNACCEPTABLE: A quote that fails to meet the Government's salient characteristics identified in the solicitation. Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINS were priced by the Quoter. If the Quoter failed to price all CLINS, the quote will not be considered for award. (b) A written order, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall constitute an offer by the Government to buy the services/supplies called for in this RFQ. A contract will be established when the quoter accepts the Government's offer. (c) The word quote mark quoter quote mark shall be substituted for the word quote mark offeror quote mark wherever it appears in FAR 52.212-3, Alternate I and DFARS 252.212-7000. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-13-T-0016/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN02987685-W 20130215/130213235153-df637f04d64b51ec0aa5a38e6fa248bb (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.