Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

65 -- PORTABLE SLEEP DEVICE

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025914T0227
 
Point of Contact
Joseph Bancod 619-532-6165
 
E-Mail Address
contract specialist
(joseph.bancod@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SOLICITATION/SYNOPSIS for commercial supplies for which the Government intends to solicit and negotiate with only one source to Itamar Medical INC. 842 Upper Union Street, Ste 2, Franklin, MA 02038 USA under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within fifteen days after date of publication of this synopsis. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-14-T-0227 is issued as a request for quotation (RFQ). The closing date is 19th August 2014 @ 8:00a.m. Pacific Daylight Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-74 01st July 2014. 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.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 339112; Size: 500. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items: The proposed contract is restricted to domestic sources under the authority of (FAR 6.302-3.) Foreign sources, except Canadian sources, are not eligible for award. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the System For Award Management (SAM) prior to award. The website address is www.sam.gov. Email your quote to Joseph Bancod on or before 08:00AM Pacific Standard Time on 19th August 2014. Email: joseph.bancod@med.navy.mil. CLIN 0001: Watch-PAT Unit of Issue EACH QTY 08 Unit Price$________________________. Price $________________________________________________. Delivery date: 29th August 2014 EXTENDED DESCRIPTION: WATCH-PAT200 KIT Includes the following: 6 channels, PAT(Signal and Amplitude), Pulse Rate, Oxygen Saturation, Actigraphy, Snoring, and Body position. Memory Storage: Micro SD RAM, Recording Time Capability: 3 nights. Connects to Computers via USB port; includes carrying case, video instructions for patient, 24/7 technical support, analytical software. CLIN 0002: SBP Sensor for WatchPat Unit of Issue EACH QTY 08 Unit Price$________________________.Price $________________________________________________. Delivery date: 29th August 2014 CLIN 0003: 12 Pneumo-Opt slp Probes Unit of Issue EACH QTY 38 Unit Price $________________________. Price $________________________________________________. Delivery date: 29th August 2014 CLIN 0004: Adhesive Set for SBP Sensor Unit of Issue EACH QTY 38 Unit Price$________________________. Price $________________________________________________. Delivery date: 29th August 2014 CLIN 0005: Oximeter Adhesive Bands Unit of Issue EACH QTY 18 Unit Price$________________________. Price $________________________________________________. Delivery date: 29th August 2014 CLIN 0006: zzzPAT S/W CD For WatchPat 4.3.62.3 Unit of Issue EACH QTY 01 Unit Price$________________________. Price $________________________________________________. Delivery date: 29th August 2014 REQUIRED SALIENT CHARACTERISTICS WatchPAT (Brand name). Any offered WatchPAT shall comply with the below stated physical, functional, and salient characteristics: Shall be ONLY a device studied and validated in the Veteran ™s Administration as comparable or better with typical PSG. Studied against PSG in 3,000 test with head to head competence. Shall have a simplicity and reliability for both end user and clinician. Shall measure Sleep time and sleep state/REM vs. non REM. Shall have the lowest failure rate 1% v 10-20% and less need for retesting. Shall be reportable AHI and RDI. Shall be most clinically validated. Shall be AASM/CMS compliant. Provide Immediate study results. Shall have three (3) consecutive nights of reporting time capacity, versus hours. 24/7 Tech Support for patients and healthcare providers. FAR 52.211-6 Brand Name (a). If an item in this solicitation is identified as œbrand 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 œequal products must meet are specified in this solicitation. (b). To be considered for award, offers of œequal products, including œequal products of the brand name manufacturer, must- (1). Meet the salient physical, functional, or performance characteristics 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. The Contracting Officer will evaluate œequal products on the basis of information furnished by the offeror as identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining information not identified in the offer. (d). Unless the offeror clearly indicates in its offer that the products being offered is an œequal product, the offeror shall provide the brand name product referenced in the solicitation. Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is http://www.sam.gov. Contractor SHALL complete FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, when submitting a proposal. The website address is http://www.acq.osd.mil. 52.204-7 Central Contractor Registration (DEC 2012) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award (FEB 2012) 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.211-6 Brand Name or Equal 52.212-1 Instruction to Offerors-Commercial Item(FEB 2012) 52.212-2 Evaluation- Commercial Items (JAN 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose confirming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors in descending order of importance: 1) Technical Capability 2) Delivery and 3) Price. Technical and Delivery when combined are more important than price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. 52.212-3 Offeror Representations and Certification Items(MAR 2012) 52.212-4 Contract Terms and Conditions ”Commercial Items(FEB 2012) 52.212-5 Contract and Conditions Required to Implement Statutes or Executive Orders ”Commercial Items (MAR 2012). 52.219-28 Post Award Small Business Program Representation (April 2012) 52.222-3 Convict Labor (JUN 2007). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31U.S.C. 3332). 52.252-2 Clauses Incorporated By Reference (FEB 1998). 52.252-1 Solicitation Provision Incorporated by Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007). 252.225-7001 Buy American and Balance of Payment Program (DEC 2012). 252.232-7003 Electronic Submission of Payment Request (MAR 2007). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0227/listing.html)
 
Place of Performance
Address: NAVAL MEDICAL CENTER SAN DIEGO 34800 BOB WILSON DRIVE, SAN DIEGO, CA
Zip Code: 92134
 
Record
SN03428222-W 20140719/140717234946-2dc8ad43c6e91fdaa5761e987e7c644f (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.