Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2006 FBO #1661
SOLICITATION NOTICE

65 -- MRI Anesthesia Unit and Monitor

Notice Date
6/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632
 
ZIP Code
94535-2632
 
Solicitation Number
Reference-Number-FM442761300948
 
Response Due
6/26/2006
 
Archive Date
7/11/2006
 
Description
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. This requirement will utilize the use of simplified procedures for the acquisition of supplies and services as authorized in FAR Subpart 13.5 Test Program for Certain Commericial Items. The reference number is FM442761300948; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09 and Defense DCN 20060519. This acquisition will be unrestricted; the North American Industry Classification System (NAICS) code is 339112. The business size standard is 500 Employees. The Federal Supply Class (FSC) is 6515. The Standard Industrial Classification (SIC) is 3841. This request for quotation consists of the following GE Healthcare items or equal: Item 0001: Qty, 1 EA, Aestiva/5 MRI Anesthesia Machine. 1006-9310-000 or equal. Item 0002: Qty, 1 EA, US Configuration Kit. 106-8500-000 or equal. Item 0003: Qty, 1 EA, 7900 Ventilator Hardware. 1006-8090-000 or equal. Item 0004: Qty, 1 EA, 7900 System Software and Manuals. 1006-8150-000 or equal. Item 0005: Qty, 1 EA, Two Vaporizer Configuration. 1006-9011-000 or equal. Item 0006: Qty, 1 EA, Factory Installed SIMV-PSVPro upgrade. 1006-8314-000 or equal. Item 0007: Qty, 1 EA, User Reference Manual Aestiva 4.x Part 1. 1006-0938-000 or equal. Item 0008: Qty, 1 EA, User Reference Manual Aestiva 4.x Part 2. 1006-0939-000 or equal. Item 0009: Qty, 1 EA, Long Arm-Adjustable height 30.5cm/12inch. 1406-3350-000 or equal. Item 0010: Qty, 1 EA, Adjustable Low Flow Active AGSS Enclosed reservoir (bag) system with positive and negative releif valves and adjustable flow restrictor; Waste Gas Scavenging Interface Value Required the following vacuum disposal system 250mm Hg (10 in Hg) minimum Vacuum pressure 30 SLPM (1.1 SCFM) continuous flow capacity per unit. Includes dovetail bracket for external attachment permanently attached EVAC hose (1/4 inch ID, Magenta). 1001-8889-000 or equal. Item 0011: Qty, 1 EA, AGSS Passive with 30 to 19mm Male Adapter. 1406-8215-000 or equal. Item 0012: Qty, 1 EA, Diamond EVAC, Wall Adapter, Magenta. 1001-8887-000 or equal. Item 0013: Qty, 2 EA, Diamond VAC, Wall Adapter, White. 0221-1001-882 or equal. Item 0014: Qty, 1 EA, AC Inlet 100-200V with Nema power cord, no outlet. 1006-7077-000 or equal. Item 0015: Qty, 1 EA, Air Double Flowtube (includes Air Pipeline). 1006-8201-000 or equal. Item 0016: Qty, 1 EA, O2 Cylinder Pin Indexed Yoke. 1006-8206-000 or equal. Item 0017: Qty, 1 EA, N2O Cylinder Pin Indexed Yoke. 1006-8208-000 or equal. Item 0018: Qty, 1 EA, Auxiliary Common Gas Outlet (ACGO). 1006-8037-000 or equal. Item 0019: Qty, 1 EA, Front Cover Panel. 1006-8281-000 or equal. Item 0020: Qty, 1 EA, Folding Side Shelf. 1006-8026-000 or equal. Item 0021: Qty, 1 EA, Three-mode High Continuous Vacuum Runs from Central Vacuum-ANSI Gauge. 1010-8015-000 or equal. Item 0022: Qty, 1 EA, Auxiliary O2 Flowmeter. 1010-8017-000 or equal. Item 0023: Qty, 1 EA, Slide Bracket (dovetail rail mounted). 6600-0031-900 or equal. Item 0024: Qty, 1 EA, Medisorb Prepack, Disposable, 2 Cartridges. 1400-3049-000 or equal. Item 0025: Qty, 1 EA, O2 Hose Assembly, DISS, Diamond 15 inch. 0231-1021-810 or equal. Item 0026: Qty, 1 EA, N2O Hose Assembly, DISS, Diamond 15 inch. 0231-1021-811 or equal. Item 0027: Qty, 1 EA, Vac Hose Assembly, DISS, Diamond 15 inch. 0231-1021-812 or equal. Item 0028: Qty, 1 EA, Biomedical Technical Service Training Aestiva/5 (5 day class) Biomedical Training does not include travel, lodging, or meals while at the training. 7000-0001-408 or equal. Item 0029: Qty, 1 EA, Anesthesia Monitor. MAGLIFE Monitor configuration 2 ? Basic with EtCO2, N2O, FiO2 plus Agents with MAGSCREEN Featuring ECG, SpO2, and NIBP monitoring. Includes Type 3 ECG Preamp and cable, starter adult and child electrodes; adult SpO2 sensor. 7-85-0002 or equal. Item 0030: Qty, 1 EA, Maglife User?s Manual - English. W1404827 or equal. Item 0031: Qty, 1 EA, Fiber-optic SpO2 Child hard shell fingerclip sensor, 4.2 Meter (14 feet). 0-13-0002 or equal. Item 0032: Qty, 1 EA, Installation. Item 0033: Qty, 1 EA, Shipping. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.203-3 Gratuities. FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government. FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: technical capability of the items offered to meet the Governments requirement and price. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Dev). FAR 52.204-7 Central Contractor Registration. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Equal Opportunity for Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Veterans. FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement. FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.242-13 Bankruptcy. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1 Computer Generated Forms. 5352.201-9101 Ombudsman (10AUG05). DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.225-7012 Preference for Certain Domestic Commodities. DFARS 252.232-7003 Electronic Submission of Payment Request. DFARS 252.243-7002 Requests for Equitable Adjustment. Requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes may be transmitted by e-mail or to fax number (707) 424-2712. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later that 3:00 p.m. PST on 26 June 2006. The point of contact for this solicitation is Kyle Krieman, SSgt, Contract Specialist, (707) 424-7722, kyle.krieman@travis.af.mil. Alternate point of contact is Eric Heaton, Contracting Officer, (707) 424-7664, eric.heaton@travis.af.mil.
 
Place of Performance
Address: Travis AFB, CA
Zip Code: 94535
Country: USA
 
Record
SN01067912-W 20060614/060612220712 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.