Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2007 FBO #2112
SOLICITATION NOTICE

65 -- MONITRON II WAVE FORM ANALYZER, 18 EACH

Notice Date
9/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81NTE71848525
 
Response Due
9/13/2007
 
Archive Date
11/12/2007
 
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. Solicitation W81NTE71848525 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This acquisition is solicited on an unrestricted basis for NAICS 334510, size standard 500 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to Monitron II Waveform Analyzer with stand, Percussi onaire or Equal. This requirement is for Monitron II Waveform Analyzer with stand or equal, 18 each. Item no. 0001: Monitron II Waveform Analyzer with stand or equal, 18 each. VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: Item no. 0001: Monitron II Waveform Analyzer with stand, 18 each. Price shall include on site assembly of stands and Monitrons w/VDR units and PM check out of VDRs. No Freight Charge. These units shall be able to work in conjunction with Percussionaire Vents/Devices in ISR or Burn Wards. This includes the ability to work with Volumetric Diffusive Respiration (VDR). Analyzers shall be based upon Digital PC computer logic, employing internal conversion of standard line voltages either 115/50 or 220/50. Monitron housings are designed to interlock with the VDR4 ventilators, providing for easy straight on viewing. The Monitron II Computer Screen provides for both Wave Form Presentations and combined digital functional read outs. A special interface Harness interconnects the Monitron II to the Accessory Monitoring Ports of the VDR-4 Servolator Ventilator. (A failure of the Monitron II has no influence upon the independent Ventilator it is connected to.) The Monitron II has three (3) selectable Proximal Airway Monitoring Pressure Scales, they are: 30, 60, and 120cm H20. The Monitron II has four (4) Sweep Speed Scales, 1, 2, 4 and 8 seconds, for full horizontal page updating. The Monitron independently reads the convective rate of the volumetric tidal exchange and the percussive sub tidal volume delivery rate, as well as: I/E and i/e Ratios, convective Inspiratory and expiatory interval time in Seconds, Mean and Peak Pressure Rise in cm H20, PEEP and / or CPAP in cm H20, and Primary Wave Format and / or Digital Display mode selection. The Monitron has an accessory RS232 Serial Printing Port, VGA port for connection to a larger monitor, as well as screen freeze options. The Monitron II is installationally interchangeable with the Monitron I with no influence over Ventilator functions. Required Delivery: On or about 30 September 2007 to Brooke Army Medical Center, 3851 Roger Brooke Dr, Fort Sam Houston TX 78234. FOB: Destination. Vendors shall comply with FAR 52.211-6 if submitting other than the brand name products. FAR clause 52.211-6 (and other provisions and clauses throughout this solicitation) can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. Federal Acquisition Regulation (FAR) provision 52.212-1 [Instructions to Offerors  Commercial] applies to this acquisition to include the following addenda: All Offerors are cautioned that if selected for award, they must be registered with the Central C ontractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation of Quotes: The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to this solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: 1. Technical Acce ptability: In order to be considered technically acceptable, vendors must demonstrate that all items proposed [if other than Brand Name] meet or exceed the salient characteristics listed above. 2. Price. All quotes will be evaluated on Technical Acce ptability. The award decision will be based on the Lowest Priced, Technically Acceptable quote. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their quote. FAR clause 52.212-4 [Contract Terms and Conditions  Commercial Items] applies to this acquisition. FAR claus e 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items] and the following sub FAR clauses apply to this acquisition: 52.203-6 [Restrictions on Subcontractor Sales to the Government, Alternate I]; 52 .219-8 [Utilization of Small Business Concerns]; 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor  Cooperation with Authorities and Remedies]; 52.222-21 [Prohib ition of Segregated Facilities]; 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible 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]; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52 .232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]. Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to D efense Acquisitions of Commercial Items] with the following sub FAR and DFARS clauses apply to this acquisition: 52.203-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.225-7012 [Preference for Certain Domestic Commodit ies]; 252.225-7021 [Trade Agreements]; 252.232-7003 [Electronic Submission of Payment Requests]; 252.243-7002 [Requests for Equitable Adjustment]; 252.247-7023 [Transportation of Supplies by Sea]. DFARS clause 252.211-7003 [Item Identification and Evalua tion] applies. The closing date and time of this solicitation is 13 Sep 2007, 04:00 p.m. CST. Quotes shall be submitted on company letterhead and signed by a company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: Kenneth Tyson, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 916-1750, Attn: Kenneth Tyson; e-mail: kenneth.tyson@amedd.army.mil). Paper copies of this solicitation will not be i ssued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Kenneth Tyson, telephone: (210) 916-6360; email: kenneth.tyson@amedd.army.mil
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
Country: US
 
Record
SN01397456-W 20070908/070906222010 (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.