SOLICITATION NOTICE
J -- Maintenance Services for Impact 754CDC Portable Ventilator Systems & 321GR Ultra-lite Aspirator
- Notice Date
- 4/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2012-Q-14490
- Archive Date
- 5/11/2012
- Point of Contact
- David M. Kelley, Phone: 7704882662, Kristopher A Lemaster, Phone: 7704882995
- E-Mail Address
-
vrb7@cdc.gov, klemaster@cdc.gov
(vrb7@cdc.gov, klemaster@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Mail Stop K-69, Atlanta, GA, 30341-4146, UNITED STATES Period of Performance The anticipated period of performance begins May 01, 2012 and ends April 30, 2017; this includes one (1) base year with four (4) option years. The Contract will be a Firm-Fixed Price awarded in accordance with FAR Part 12 - Acquisition of Commercial Items Contract Award Amount $2,469,858.02- Includes: One (1) base year with Four (4) One (1) Year Options. Description The Centers for Disease Control and Prevention intends to issue a sole source contract or purchase order to Impact Instrumentation, Inc., of West Caldwell, NJ, the only known provider capable of providing maintenance services on Impact 754CDC Portable Ventilator System (2,486 ventilator kits) and 321GR Ultra-lite Aspirator (1,000 aspirator kits) that the government currently owns. It is the Government's belief that only one responsible source exists and no other product or services will satisfy agency requirements. The following requirement is for the Division of Strategic National Stockpile (DSNS), Office of Public Health Preparedness and Response (OPHPR). Line Item Item #1: Purchase of service/maintenance of the Impact 754CDC Portable Ventilator System (2,486 ventilator kits) and 321GR Ultra-lite Aspirator (1,000 aspirator kits) that the government currently owns. The service shall include replacement of expired product within the kits. Product shall have at least 6 months or greater shelf life; to include rotation process. Period of Performance: May 01, 2012 - April 30, 2013 Item #2: Storage of the Impact 754CDC Portable Ventilator System (2,486 ventilator kits) and 321GR Ultra-lite Aspirator (1,000 aspirator kits). All aspirators shall be stored at vendor's facility. The 754CDC portable ventilators are in groups of 3; each group consists of approximately 828 ventilators, stored in up to 30 containers (approximately 28 ventilators per containers). One group shall be at the vendor's facility and the other two groups will be at the DSNS facilities. One group shall rotate to the vendor quarterly. Contractor shall inventory, quality control, and rotate/maintain the government-owned property at the contractor's facility. Written confirmation shall be provided to the Government by the Contractor once the total quantity of the government-owned property is received and maintained. Contractor shall store the government-owned property in a secured ambient temperature controlled area; and rotate the Government's stock with the contractor's commercial stock in order to maintain compliance. Period of Performance: May 01, 2012 - April 30, 2013 Item #3: Contractor shall repack the 754CDC ventilators into the travel cases so that the serial numbers on the outside of the travel case match the serial number on the 754CDC. Contractor shall roll containers to the dock to load onto DSNS supplied transportation. Contractor shall visually inspect that caster-locks are engaged on air cargo container and document which air cargo container are going on which trailer. After trailer is full, it shall be sealed by driver and depart the Contractor's premises. Period of Performance: May 01, 2012 - April 30, 2013 Item #4: Purchase of service/maintenance of the Impact 754CDC Portable Ventilator System (2,486 ventilator kits) and 321GR Ultra-lite Aspirator (1,000 aspirator kits) that the government currently owns. The service shall include replacement of expired product within the kits. Product shall have at least 6 months or greater shelf life; to include rotation process. Period of Performance: May 01, 2013 - April 30, 2014 Item #5: Storage of the Impact 754CDC Portable Ventilator System (2,486 ventilator kits) and 321GR Ultra-lite Aspirator (1,000 aspirator kits). All aspirators shall be stored at vendor's facility. The 754CDC portable ventilators are in groups of 3; each group consists of approximately 828 ventilators, stored in up to 30 containers (approximately 28 ventilators per containers). One group shall be at the vendor's facility and the other two groups will be at the DSNS facilities. One group shall rotate to the vendor quarterly. Contractor shall inventory, quality control, and rotate/maintain the government-owned property at the contractor's facility. Written confirmation shall be provided to the Government by the Contractor once the total quantity of the government-owned property is received and maintained. Contractor shall store the government-owned property in a secured ambient temperature controlled area; and rotate the Government's stock with the contractor's commercial stock in order to maintain compliance. Period of Performance: May 01, 2013 - April 30, 2014 Item #6: Contractor shall repack the 754CDC ventilators into the travel cases so that the serial numbers on the outside of the travel case match the serial number on the 754CDC. Contractor shall roll containers to the dock to load onto DSNS supplied transportation. Contractor shall visually inspect that caster-locks are engaged on air cargo container and document which air cargo container are going on which trailer. After trailer is full, it shall be sealed by driver and depart the Contractor's premises. Period of Performance: May 01, 2013 - April 30, 2014 Item #7: Purchase of service/maintenance of the Impact 754CDC Portable Ventilator System (2,486 ventilator kits) and 321GR Ultra-lite Aspirator (1,000 aspirator kits) that the government currently owns. The service shall include replacement of expired product within the kits. Product shall have at least 6 months or greater shelf life; to include rotation process. Period of Performance: May 01, 2014 - April 30, 2015 Item #8: Storage of the Impact 754CDC Portable Ventilator System (2,486 ventilator kits) and 321GR Ultra-lite Aspirator (1,000 aspirator kits). All aspirators shall be stored at vendor's facility. The 754CDC portable ventilators are in groups of 3; each group consists of approximately 828 ventilators, stored in up to 30 containers (approximately 28 ventilators per containers). One group shall be at the vendor's facility and the other two groups will be at the DSNS facilities. One group shall rotate to the vendor quarterly. Contractor shall inventory, quality control, and rotate/maintain the government-owned property at the contractor's facility. Written confirmation shall be provided to the Government by the Contractor once the total quantity of the government-owned property is received and maintained. Contractor shall store the government-owned property in a secured ambient temperature controlled area; and rotate the Government's stock with the contractor's commercial stock in order to maintain compliance. Period of Performance: May 01, 2014 - April 30, 2015 Item #9: Contractor shall repack the 754CDC ventilators into the travel cases so that the serial numbers on the outside of the travel case match the serial number on the 754CDC. Contractor shall roll containers to the dock to load onto DSNS supplied transportation. Contractor shall visually inspect that caster-locks are engaged on air cargo container and document which air cargo container are going on which trailer. After trailer is full, it shall be sealed by driver and depart the Contractor's premises. Period of Performance: May 01, 2014 - April 30, 2015 Item #10: Purchase of service/maintenance of the Impact 754CDC Portable Ventilator System (2,486 ventilator kits) and 321GR Ultra-lite Aspirator (1,000 aspirator kits) that the government currently owns. The service shall include replacement of expired product within the kits. Product shall have at least 6 months or greater shelf life; to include rotation process. Period of Performance: May 01, 2015 - April 30, 2016 Item #11: Storage of the Impact 754CDC Portable Ventilator System (2,486 ventilator kits) and 321GR Ultra-lite Aspirator (1,000 aspirator kits). All aspirators shall be stored at vendor's facility. The 754CDC portable ventilators are in groups of 3; each group consists of approximately 828 ventilators, stored in up to 30 containers (approximately 28 ventilators per containers). One group shall be at the vendor's facility and the other two groups will be at the DSNS facilities. One group shall rotate to the vendor quarterly. Contractor shall inventory, quality control, and rotate/maintain the government-owned property at the contractor's facility. Written confirmation shall be provided to the Government by the Contractor once the total quantity of the government-owned property is received and maintained. Contractor shall store the government-owned property in a secured ambient temperature controlled area; and rotate the Government's stock with the contractor's commercial stock in order to maintain compliance. Period of Performance: May 01, 2015 - April 30, 2016 Item #12: Contractor shall repack the 754CDC ventilators into the travel cases so that the serial numbers on the outside of the travel case match the serial number on the 754CDC. Contractor shall roll containers to the dock to load onto DSNS supplied transportation. Contractor shall visually inspect that caster-locks are engaged on air cargo container and document which air cargo container are going on which trailer. After trailer is full, it shall be sealed by driver and depart the Contractor's premises. Period of Performance: May 01, 2015 - April 30, 2016 Item #13: Purchase of service/maintenance of the Impact 754CDC Portable Ventilator System (2,486 ventilator kits) and 321GR Ultra-lite Aspirator (1,000 aspirator kits) that the government currently owns. The service shall include replacement of expired product within the kits. Product shall have at least 6 months or greater shelf life; to include rotation process. Period of Performance: May 01, 2016 - April 30, 2017 Item #14: Storage of the Impact 754CDC Portable Ventilator System (2,486 ventilator kits) and 321GR Ultra-lite Aspirator (1,000 aspirator kits). All aspirators shall be stored at vendor's facility. The 754CDC portable ventilators are in groups of 3; each group consists of approximately 828 ventilators, stored in up to 30 containers (approximately 28 ventilators per containers). One group shall be at the vendor's facility and the other two groups will be at the DSNS facilities. One group shall rotate to the vendor quarterly. Contractor shall inventory, quality control, and rotate/maintain the government-owned property at the contractor's facility. Written confirmation shall be provided to the Government by the Contractor once the total quantity of the government-owned property is received and maintained. Contractor shall store the government-owned property in a secured ambient temperature controlled area; and rotate the Government's stock with the contractor's commercial stock in order to maintain compliance. Period of Performance: May 01, 2016 - April 30, 2017 Item #15: Contractor shall repack the 754CDC ventilators into the travel cases so that the serial numbers on the outside of the travel case match the serial number on the 754CDC. Contractor shall roll containers to the dock to load onto DSNS supplied transportation. Contractor shall visually inspect that caster-locks are engaged on air cargo container and document which air cargo container are going on which trailer. After trailer is full, it shall be sealed by driver and depart the Contractor's premises. Period of Performance: May 01, 2016 - April 30, 2017 The proposed contract action is for commercial items which the Government intends to solicit and negotiate with only one source under authority of FAR subpart 6.302-1. Interested persons may identify their interest and capability to respond to the requirement. 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. CONTRACT CLAUSES: The following provision(s) apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items (MAR 2000); 52.212-2 Evaluation-Commercial Items (JAN 1999); Payments; 52.233-3 Protest After Award; 52.201-1 Definitions; 52.203-5 Covenant Against Contingent Fees; 52.203-7 Anti-Kickback Procedures; 52.204-7 Central Contractor Registration; Contractor must be CCR Registered prior to submitting bid; 52.232-25 Promp Payment (OCT 2008); 52.242-15 Stop Work Order (AUG 1989); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003): 52.243-1 Changes - Fixed Price (AUG 1987); The clause 52.212-4, Contract Terms & Conditions - Commercial Items (MAY 1999) applies to this acquisition. The following FAR Clauses are hereby added to this clause: 52.247-35 F.O.B. Destination; The clause at 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (24), (29) and (30). 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012 must be attached to bid. NAICS CODE: 811219, SIZE: $7M, OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, WITH YOUR QUOTE. The best way to complete this certification is to download the FAR Clauses (Volume II) at http://www.arnet.gov/far, print out the clause 52.212-3, Offeror Representation and Certification, and fill in the appropriate blanks. Documentation authority for synopsis urgent response on file. Offers will be due 04/26/2012 by 12:00 P.M. (noon) EST at Centers for Disease Control and Prevention; Procurements and Grants Office; Attn: David Kelley AND Kristopher Lemaster; 2920 Brandywine Road, M/S K69, Atlanta, GA 30341. Offers will not be accepted by facsimile. All quotes must be clearly marked on the subject line of the e-mail (Ref. 2012-Q-14488) or on the outside of the envelope with the following: Ref. 2012-Q-14488, Attn: David Kelley/ Kristopher Lemaster. All responsible sources that can meet the above requirements may submit a quote, which may be considered by the Agency. For questions contact David Kelley or Kristopher Lemaster via e-mail at VRB7@cdc.gov or Klemaster@cdc.gov; or via phone at (770) 488-2662 or (770) 488-2995.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2012-Q-14490/listing.html)
- Place of Performance
- Address: Contractor Facilities, United States
- Record
- SN02719168-W 20120413/120411234809-97dba4a43b1f18c6a830809f6baab73c (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 |