Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1998 PSA#2037

DIR OF CONTRACTING WALTER REED AMC, ATTN MCHL Z BLDG T 20, 6825 16TH STREET NW, WASHINGTON, DC 20307-5000

65 -- CUSTOM PERFUSION PUMP PACKS SOL DADA15-98-R-0015 DUE 031298 POC Contract Specialist: J. MCDONALD (202) 782-1171; or Earl Muse (Site Code DADA15) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. DADA15-98-R-0015 is issued as a Request for Proposal (RFP). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 90- 46. This acquisition is solicited as sole source Medtronic, Inc.; all items shall be compatible with their heart-lung machine. Standard Industrial Classification is 3841, and, the Small Business size is 500 employees. Contract Line Items (CLINS): 0001, Base Year for the period of Date of Award through 30 SEP 98, Custom Perfusion Pack, Cat#: XXOD79R2, consisting of Maxima Forte Hollow Fiber Oxygenator with polyolefin fibers, hard shell venous return reservoir, pre-bypass particulate filter, cardioplegia filters, cardioplegia delivery system and venous oxygen saturation cells; unit of issue is approximately 135 units for the contract period. Option Year One (1), for the period 1 OCT 98 through 30 SEP 99, Custom Perfusion Pack, Cat#: XXOD79R2, consisting of Maxima Forte Hollow Fiber Oxygenator with polyolefin fibers, hard shell venous return reservoir, pre-bypass particulate filter, cardioplegia filters, cardioplegia delivery system and venous oxygen saturation cells; unit of issue is approximately 180 units for the contract period. 0003, Option Year Two (2), for the period 1 OCT 99 through 30 SEP 00, Custom Perfusion Pack, Cat#: XXOD79R2, consisting of Maxima Forte Hollow Fiber Oxygenator with polyolefin fibers, hard shell venous return reservoir, pre-bypass particulate filter, cardioplegia filters, cardioplegia delivery system and venous oxygen saturation cells; unit of issue is approximately 180 units for the contract period. Option Year Three (3), for the period 1 OCT 00 through 30 SEP 01, Custom Perfusion Pack, Cat#: XXOD79R2, consisting of Maxima Forte Hollow Fiber Oxygenator with polyolefin fibers, hard shell venous return reservoir, pre-bypass particulate filter, cardioplegia filters, cardioplegia delivery system and venous oxygen saturation cells; unit of issue is approximately 180 units for the contract period. Option Year Four (4), for the period 1 OCT 01 through 30 SEP 02, Custom Perfusion Pack, Cat#: XXOD79R2, consisting of Maxima Forte Hollow Fiber Oxygenator with polyolefin fibers, hard shell venous return reservoir, pre-bypass particulate filter, cardioplegia filters, cardioplegia delivery system and venous oxygen saturation cells; unit of issue is approximately 180 units for the contract period. Contractor shall ship approximately fifteen (15) items per month, FOB Destination, based on the issued delivery order. All items shall be delivered to Cardiovascular Perfusion, Rm. 4610, 4th Floor; Bldg. 2, Walter Reed Army Medical Center, Main Post, 6825 16th St., NW; Washington, DC. 20307-5000. Far Provision 52.212-1, Instruction to Offerors -- Commercial Items, applies with the following addenda: paragraphs (h) and (i) of this provision do not apply. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Past Performance; (2) Technical (a) Technical capability of the item offered to meet the Government requirement, and (b) Delivery Terms -- ability to meet required delivery schedule and (3) Price. Factors are equal in importance. Offerors shall provide a completed copy of FAR Provision 52.212-3, Offeror Representation and Certifications -- Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -- Commercial Items, with their quote. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies with the following addenda: FAR 52.217-5, Evaluation of Options; 52.217-9, Option to Extend the Term of the Contract; 52.216-18, Ordering; 52.216-19, Order Limitations; and, 52.216-21, Requirements. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies including: 52.203-6, 52.203-10, 52.212- 26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-9, 52.225-18, and 52.225-21. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies including: 252.225-7001, 252.225-7007, 252.225- 7036, 252.227-7015 and 252.247-7024. The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is C9B. Walter Reed Army Medical Center intends to award a firm fixed price Requirement Contract to begin upon date of award through 30 SEP 98 with four (4) option years ending 30 SEP 2002. An exhibit of the custom pack will be available at time of publication in CBD, which details the requirement. Contractor must be able to fulfill the requirements of this notice. All responsible sources may submit a proposal which shall be considered by the Government. Proposals can be mailed or hand delivered to: Walter Reed Army Medical Center, Directorate of Contracting, Supply and Equipment Branch, 6825 16th St., NW; Bldg. T-20, First Floor, Washington, DC 20307-5000 by close of business 12 MAR 1998. Proposals must include the following information: the solicitation number, company name, point of contact, address, phone number, fax number, business size, DUNS number, CAGE code, unit price, total extended price, payment terms and remittance address. In addition, submit a list of 3 past or present contracts (during the last three years) that are similar in nature to the items required, include names, addresses and telephone numbers (voice and fax) of point of contacts that are familar with your company's performance on the contracts listed; and any literature that explains how your company is able to meet the technical aspects of the requirement. For additional information contact Joyce McDonald (202)782- 1171 or Earl Muse. See Numbered Note 22. (0050)

Loren Data Corp. http://www.ld.com (SYN# 0324 19980223\65-0009.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page