Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOLICITATION NOTICE

66 -- Ventilator Unit

Notice Date
7/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Albuquerque Area Office, 4101 Indian School Road NE, Suite 225, Albuquerque, New Mexico, 87110, United States
 
ZIP Code
87110
 
Solicitation Number
18-242-SOL-00064
 
Archive Date
8/11/2018
 
Point of Contact
Judith A. Mariano, Phone: 505-256-6753, Dawn A Sekayumptewa, Phone: 505-256-6758
 
E-Mail Address
judith.mariano@ihs.gov, dawn.sekayumptewa@ihs.gov
(judith.mariano@ihs.gov, dawn.sekayumptewa@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for a commercial item 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. (ii) This Request for Quotation (RFQ) is being issued via solicitation number 18-242-SOL-00064. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-98. (iv) Pursuant to the authority under FAR 19.5, this requirement is a total small business set-aside but if it is found there is no small business (veteran owned, veteran-owned disabled, woman owned, etc.) then with this same solicitation will consider any Large business once the determination has been made regarding the small business set-aside and the associated NAICS code is 621511 with small business standard of $32.5. (v) The Contract Line Items (CLIN) and pricing structure are as shown below: CLIN0001: Brand Name or Equal to DRE Verdana Ventilator Unit Price ________________ (vi) The purpose of this fixed price purchase order is to procure Ventilator Unit with the following specifications: The Vendor shall provide a clinical Mechanical Ventilator which provides pediatric through adult ventilation features designed for a hospital and clinical environment, equal to or greater than the DRE Verdana Ventilator. This ventilator shall be fully operational and shall meet the following minimum specifications and features: KEY FEATURES 1. 10.4" TFT color screen 2. Intuitive control via navigator wheel knob and touch keys 3. Wide choice of ventilation modes, including CPAP 4. PEEP, P-V loop, and V-F loop 5. Flow and pressure trigger 6. Static compliance and resistance monitor 7. Three-level visual and audible alarms, with concise descriptions of care issues 8. Advanced built-in electronic air-oxygen mixing device 9. Durable and accurate built-in flow sensor 10. Integrated expiration valve 11. Backup apnea ventilation 12. Auto-nebulizer 13. Expiratory Valve with a heating function, the expiratory valve protects the device from condensed water and provides accuracy of the flow sensor. 14. Built-In battery 15. CE Certified 16. Humidifier featuring protection function and nine steps for controlling temperature. 17. Compressor - A high-quality medical compressor with low noise, compatible for most medical devices. 18. Assistant Functions: 19. Inspiratory Hold: Convenience for taking X-ray pictures of the patient during ventilation, availability for clinician to assess patient's static pulmonary mechanics. 20. Expiratory Hold: Accessibility for measuring intrinsic PEEP. 21. 100% FiO2: More effective support for suction. 22. Manifold parameter selections are operated by means of a single ComWheel. 23. Manual Insp.: Availability for clinician to make prompt response to the patient's inspiration need. SPECIFICATIONS 1. Ventilator Setting : a. Ventilation Modes: VCV, PCV, PSV, SIMV-V, SIMV-P, SPONT, CPAP, backup apnea ventilation b. Tidal Volume: 50 ~ 1,500 mL c. Breath Rate: 1 ~ 100 bpm d. SIMV Breath: Rate 1 ~ 40 bpm e. Inspiratory Time: 0.1 ~ 12s f. Pause Time: O ~ 4.8s g. Pressure Trigger Sensitivity: (PEEP-20cmH20) ~ PEEPcmH20 h. Flow Trigger Sensitivity: 1 ~ 20LPM i. PSV: 0 ~ 70cmH20 j. High Pressure: 1 ~ 80cmH20 k. Low Pressure: 0 ~ 79cmH2O l. Waveforms Displayed: P-T, F-T, V-T, P-V loop, V-F loop m. PEEP/CPAP: 0 ~ 50cmH2O n. FiO2: 21 ~ 100% o. P-supp: 0 ~ 70cmH2O p. P-insp: 5 ~ 70cmH2O q. T-high: 0.1 ~ 30s r. T-low: 0.5 ~ 30s s. P-high: 5 ~ 70cmH2O t. P-low: 0 ~ 50cmH2O u. Alarm Silence: ≤120s v. Parameters Monitored: Vti, Vte, MV, MVspn, f, fspn, FiO2, Ppeak, Pmean, Pplat, PEEP, Pmin, Compliance, Resistance 2. Assist Functions : a. Freeze: Freeze current screen and suspend real-time data b. lnsp. Hold: 15s max c. Exp. Hold: 15s max d. O2 Suction: 100% O2 for 2 minutes e. Manual lnsp 3. Alarms : a. MV-upper Limit: 0 ~ 99L b. MV-lower Limit: 0 ~ 99L c. Paw-upper Limit: 0.1 ~ 8kPa d. Paw-lower Limit: 0 ~ 7.9kPa e. Vte-upper Limit: 0.05 ~ 2.00L, OFF f. Rate-upper Limit: 1 ~ 100bpm g. Rate-low Limit: 0 ~ 99bpm h. T apnea: 15 ~ 60s i. FiO2-lower: Limit 21 ~ 99% j. FiO2-upper: Limit 22 ~ 100% k. Mains failure, battery low, battery discharged, Air/O2 supply down, circuit occlusion 4. Power & Environmental : a. Power AC: 110 ~ 240V, 50 ~ 60Hz b. DC: 12V, 4.4 AH c. Power Consumption: 6SVA d. Driven Mode: Pneumatically driven, electronically controlled e. Air/02 Supply Pressure: 0.28 ~ 0.6Mpa; >50L/min f. Temperature Operation 10 ~ 40° C g. Storage -20 ~ 55° C h. Relative Humidity Operation: <80%, non-condensing i. Storage: <93%, non-condensing j. Atmospheric Pressure: Operation 70 ~ 106kPa; Storage 50 ~ 106kPa 5. Components : a. Option: Compressor b. Accessories: Power cord, Gas pipeline, Patient circuit, Face mask, Humidifier, Support arm 6. Main Unit Weight & Dimensions : a. Main Unit Weight: <16KG b. Main Unit Dimension: Dimension 400 (H) x 303 (W) x 250 (D) mm 7. Stand : a. Large, sturdy base designed for the ventilation environment b. Will be in included as a standard feature of the DRE Verdana unit c. Will be ergonomically suited to the medical staff's use WARRANTY : The Vendor shall provide a minimum one year warranty for the equipment and provide information on any options which are available. SHIPPING : The Vendor shall include all associated shipping costs and provide shipping date information to the Project Manager/POC listed. The equipment shall be shipped to the following location: Acoma- Canoncito-Laguna Service Unit 80 Veterans Blvd. Acoma Pueblo, NM 87034 (505) 522-5300 POINT OF CONTACT : The Vendor shall verify all equipment information and coordinate delivery with the Project Manager and POC as follows: Acoma- Canoncito-Laguna Service Unit Felix Gonzales, MO Biomed/Project Manager (505) 256-6796 INSTALLATION : The Vendor will be required to install and conduct initial operational tests under this purchase. TRAINING : The Vendor will be required to provide onsite training to all required staff under this purchase. (vii) The delivery and acceptance terms for this order are FOB Destination. 90 days after Receipt of Award. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated, it shall include the following: 1. Solicitation number. 2. Name, address, telephone number of the offeror and email address of the contact person. 3. Technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. 4. Completed Pricing Information and discount terms if applicable. 5. A completed copy of the representations and certifications at FAR 52.212-3. 6. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (ix) The provision at 52.212-2, Evaluation - Commercial Items (October 2014), applies to this solicitation. a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability (specifications) and (ii) Price; All technical factors other than price, when combined, are more important than price. b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017), with its offer. The offeror shall complete only paragraph (b) of the provision of the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following addendum applies: E-Mail Addresses for submission of invoices are Judith.mariano@ihs.gov; alb_aoapinvoices@ihs.gov; and Deanne.waconda@ihs.gov. Invoice shall be submitted once delivery has been completed. (xii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Item (Jan 2018), and the additional FAR clauses cited in the clauses are applicable to the acquisition. (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)) (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)) (3) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). (4) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)) (5) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (6) 52.222-3, Convict Labor (June 2003) (E.O. 11755) (7) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126) (8) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (9) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246) (10) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) (11) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (12) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) (13) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (14) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332) (15) 52.242-5, Payments to Small Business Subcontractors (Jan 2017)(15 U.S.C. 637(d)(12)). (xiii) The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition consistent with customary commercial practices: a) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far/. 1) FAR 52.217-8, Option to Extend Services (Nov 1999) 2) FAR 52.236-12, Cleaning Up (Apr 1984) b) The following HHSAR clauses are incorporated to this RFQ: 1) 352.211-3, Paperwork Reduction Act (DEC 2015) 2) 352.226-1, Indian Preference (DEC 2015) 3) 352.226-2, Indian Preference Program (DEC 2015) 4) 352.227-70, Publications and Publicity (DEC 2015) (xiv) N/A (xv) Proposals are due by 3:00 pm MDT on July 27, 2018, e-mails the proposals to Judith.mariano@ihs.gov. Questions are due on July 24, 2018 by 3:00 pm MDT. Offer must confirm the receipt of the proposal by IHS. (xvi) Technical Contact is Felix Gonzales at felix.gonzales@ihs.gov. Contact for solicitation is Judith Mariano at Judith.mariano@ihs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ALB/18-242-SOL-00064/listing.html)
 
Place of Performance
Address: Acoma-Canoncito-Laguna Service Unit, 80 Veterans Blvd., Acoma Pueblo, New Mexico, 87034, United States
Zip Code: 87034
 
Record
SN04987364-W 20180713/180711231145-8928761a064d44986cebc1c2547cd6ad (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.