Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOLICITATION NOTICE

65 -- Mark 7 Arterion Auto-Injector

Notice Date
12/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, Washington, 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W81K02-17-T-0086
 
Point of Contact
Angela Dexter, Phone: 3604860708
 
E-Mail Address
angela.a.dexter.civ@mail.mil
(angela.a.dexter.civ@mail.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. This is solicitation W81K02-17-T-0086, under GFEB PR 0010963591 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92 The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument; FSC Code is 6515 Size standard is 1000 This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. Closing Date: 16 Dec 2016, 4:00 pm, Local Pacific Time. All responsible sources may submit a quotation which shall be considered by the agency. These items/supplies are for use at JBLM McChord Health Clinic Tacoma, WA 98431 All responsible Contractors shall provide an offer for the following. Brand Name or Equal Contractor will need to provide a complete breakdown on the contents under each CLIN. BRAND NAME OR EQUAL CLIN 0001: ME-84397504, ART 700 Pedl-Mark 7 Arterio,Quantity: 1,Unit Issue: EA, CLIN 0002: ME-84138363, ART700,Variable flow Mark 7,Quantity:1, Unit Issue: EA CLIN 0003: ME-59942968, Install Mark 7 Arterion ped, Quantity:1, Unit Issue: EA CLIN 0004: ME-83917911, Virtualcare Incl warranty, Quantity:1, Unit Issue: EA CLIN 0005: ME-82226680, V-Flow Hand Controller, Quantity:1, Unit Issue: EA CLIN 0006: ME-60725959, Manual, Oper, Mark 7 Englis:1, Unit Issue: EA CLIN 0007: ME-60728389, Manual, Service Mark 7:1, Unit Issue: EA CLIN 0008: Shipping Charges,1, Unit Issue: EA Specifications: Salient Characteristics: 1. Must have auto injector that is able to administer intravascular contrast media and common flushing agents during endovascular angiographic procedures. 2. Must have power injector that allows for a constant rate and pressure of injection. 3. Must have the ability to provide consistent contrast delivery without wasted angiographic run numbers. 4. Must have a footprint no bigger than 2 ft. by 3 ft. 5. Injector MUST be configured to and use 110V power. 6. Must provide a sterile hand control piece component. 7. Must be enable one-handed connections. 8. Must store historical injection amounts and flow rates that are retrievable. 9. Must be capable of operating at multiple flow rates that are between 100-1200psi in pressure variation. 10. Must provide variable options for volume injected in 0.1ml increments. 11. Must be capable of programming multiple protocols for to cover multiple variations. 12. Must be capable of operating from a distance. 13.Must have visible, real time display of current settings to include amount injected and flow rate. EVALUATION OF FACTORS: Award will be made based on Technical Acceptable The evaluated price will be the total price of the quote, Technical Factors are more important than Price. Price must be determined to be fair and reasonable. The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation (Nov 2015), 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016), 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.219-28 Post Award SB Program Representation, 52.217-9 Option to Extend the term of the Contract, 52.219-28 Post Award Small Business Program Representation,52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification (Oct 2015), 52.232-18 Availability of Funds, 52.232-36 Payment by Third Party; 52.232-39 Unenforceability of Unauthorized obligation; 52.232.40 providing Accelerated payments to Small Business Subcontractors; 52.252-1 Solicitation Provision Incorporated by Reference (Feb 1998), 52.252-2 Clause Incorporated by Reference (Feb 1998), 52.252-5 authorized Deviation in Provision (Apr 1984),52.252-6, Authorized Deviation in Clauses (Apr 1984),, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the award, UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015), 52.211-6 Brand Name or Equal, 52.219-6 Notice of Total SB Set-side, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled 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, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right -To-Know Information (May 2011);52.223-18,Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restriction on Certain Foreign Purchase, 52.232-39 Unenforceability of Unauthorized Obligation (June 2013), 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (Dec 2013), 52.233-3 Protest After Award; 52.233-4 applicable Laws for Breach of Contract Claim (Oct 2004);52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement, 52.242-13 Bankruptcy (July 1995), The following DFARS clauses apply,252.203-7000 Requirements Relating to Compensation of former DOD Officials (Sep 2011); 252-203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013);252-203-7005 Representation relating to Compensation of former DOD Officials (Nov 2011),252.204-7003 Control of Government Personnel Work Products (Apr 1992); 252-204-7008 Compliance with Safeguarding cover Defense Information Control (Deviation 2016-00001(Oct 2015), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7048 Export Controlled Items ; 252.232-7003, Electronic Submission of Payment Requests, 252-232-7010 Levies on Contract Payment (Dec 2006), 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts)(Jun 2012); 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through the Wide Area Work Flow electronic invoicing (WAWF). Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam/gov Place of Delivery: JBLM McChord Health Clinic Tacoma, WA 98431 690 Barnes Blvd-JBLM Tacoma, WA 98431-5000 ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W81K02-17-T-0086 /listing.html)
 
Place of Performance
Address: JBLM McChord Health Clinic Tacoma, WA 98431, 690 Barnes Blvd-JBLM, Tacoma, WA 98431-5000, United States
Zip Code: 98431-5000
 
Record
SN04353591-W 20161218/161216233814-6b4fa5a7921fbd76bfd5a42d24289c2e (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.