SOLICITATION NOTICE
65 -- 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.
- Notice Date
- 6/25/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU0-15-T-0255
- Response Due
- 6/29/2015
- Archive Date
- 8/24/2015
- Point of Contact
- Amparo Sierra, 360-486-0715
- E-Mail Address
-
Western Regional Contracting Office
(amparo.p.sierra.civ@mail.mil)
- 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. This is W91YU0-15-T-0255, 0010711243 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82 The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 (Bronchoscopes, electromedical, manufacturing) Size standard is 500. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. These items/supplies are for use at William Beaumont Army Medical Center (WBAMC), Fort Bliss, TX All responsible Contractors shall provide an offer for the following. Brand Name or Equal Contractor will need to provide a complete breakdown on the contents under each CLIN. CLIN 0001 GLIDESCOPE TITANIUM REUSABLE SYSTEM, 2EA SYSTEM INCLUDES-GVM MONITOR, MOBILE STAND, TITANIUM LOPRO T4 REUSABLE LARYNGOSCOPE BLADE, VIDEO CABLE, OPERATON AND SERVICE MANUALS AND ONE YEAR WARRANTY CLIN 0002 TITANIUM LOPRO T3 REUSABLE BLADE, 2EA SERIAL NUMBER SM081180 AND MD096728 CLIN 0003 TITANIUM LOPRO T3 REUSABLE BLADE, 1EA VENDOR PART NR: 0574-0149 Specification EVALUATION OF FACTORS: Award will be made based on Technical Acceptable Only. Video Laryngoscope system is a portable, self-contained stand-alone unit and video monitor with 4 reusable handle sizes. The video laryngoscope enables the provider a clear, real-time view of the airway, enabling quick intubations for difficult and unpredictable airways in unpredictable conditions in emergency resuscitative situations. The Glidescope is designed for a wide variety of clinical settings; -difficult airways -routine airways -normal or restricted oral pharyngeal view -visualization and assessment of the oral pharynx -Cormack-Lehane Grades I-IV laryngeal views -Trauma airways (when dealing with blood and secretions in the airway) -Airway management in the morbidly obese patients -Preterm and neonatal intubations -Patients requiring cervical spine immobilization -Re-intubation and endotracheal tube exchange in ICU settings -Supervision and documentation of the laryngoscopy -Nasal-tracheal intubation -Insertion of TEE probes -Video-guided foreign-body removal -Awake intubation for difficult airway management -Insertion of Double-lumen tubes -Teaching airway anatomy for patients from preterm, pregnant, morbidly obese, and emergency room/trauma patients. The evaluated price will be the total price of the quote, Technical Factors are more important than Price. Price must be determined to be fair and reasonable. 1. Video Laryngoscope Characteristics: i. Must have Digitial color monitor ii. Must include DVD -quality resolution iii. Anti-reflective screen iv. Intuitive user controls and status icons b. Reusable video laryngoscope i. Digital-resolution camera ii. Designed for infant to morbidly obese patients iii. Choice of 4 reusable sizes (GVL 2,3,4,5) c. Recording options help confirm tube placement and facilitate teaching d. Advanced resolution output for OR theater viewing e. Reveal anti-fog feature, with a paid heating profile to resist lens fogging f. GlideRite Stylet-Complements the angle of the GlideScope Reusable video Laryngoscope to facilitate quick intubations. 2. AVL=Advanced user features; a. Ergonomic design and rugged construction for multiple clinical applications b. Monitor has quick release mechanism and hand grip for fast transport to other work dept.'s c. Choice of mobile stand or IV pole mount d. Optional mobile cart basket e. Educational training pack f. Optional in-service session to train staff g. One year warranty The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.217-9 Option to Extend the term of the Contract, 52.219-28 Post Award Small Business Program Representation, 52.232-18 Availability of Funds, 52.232-36 Payment by Third Party; 52.232-39 Unenforceability of Unauthorized obligation; 52.232.40 providing Accelerated payments to Small Business Subcontractors;,52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003)will also be included in the agreement, UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.211-6 Brand Name or Equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled 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, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement. The following DFARS clauses apply, 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7048 Export Controlled Items ; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through the Wide Area Work Flow electronic invoicing (WAWF). Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam/gov Place of Delivery: William Beaumont Army Medical Center, Ft. Bliss, TX 79906 ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL. LATE SUBMISSON OF QUOTES AFTER THE CLOSING DATE WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-15-T-0255/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
- Zip Code: 98431-1110
- Zip Code: 98431-1110
- Record
- SN03776081-W 20150627/150625235227-9d2b43c74c10810af635ac93f6543382 (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 |