Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2015 FBO #5014
SOLICITATION NOTICE

65 -- mRidium Sidecar Channel

Notice Date
8/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, U.S. Naval Hospital Guam, PSC 490 BOX 7717, FPO, 96538-1600, Guam
 
ZIP Code
00000
 
Solicitation Number
N6809615RC02011
 
Archive Date
9/12/2015
 
Point of Contact
Carmelita D. Mendiola, Phone: 6713449347
 
E-Mail Address
carmelita.d.mendiola.civ@mail.mil
(carmelita.d.mendiola.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SOLICITATION/SYNOPSIS for commercial items with the intent to award on a Brand Name basis under the authority of Far 13.106-1(b) (1). The US Naval Hospital Guam intends to solicit as a 100% small business set-aside under the authority of FAR 6.203. 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 only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N68096-15-RC-02011 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 423450. Justification: Under the authority of FAR 13.106-1(b)1, Brand Name justification is based on US Naval Hospital Guam's requirement for a mRidium Sidecar and Wireless Remote Monitor Unit and Administration IV Set. The salient features presented in the mRidium unit meets the minimum requirements of the Government. Salient Characteristics: • Simultaneous Dual Channel Infusions • Attaches Easily to Primary Pump • Syringe Bag or Bottle infusions • Identical functionality as the mRidium 3860 Primary Pump • Wireless Connectivity to the mRidium 3865 Remote Control Display • 2.4 GHz Bi Directional Wireless Technology • No installation Required • Visualization of up to two Infusions and Sp02 status • 10 key Numeric Pad • Identical User Interface as the mRidium 3860 IV Infusion Pump • User Selectable Transmission Channels • Integral Speaker • Battery Charger Pocket • Latex Free Infusion Set with two needle free injection ports CLIN 0001 2 EA mRidium Sidecar Channe Part #: 3861tiny_mce_marker_________ Brand Name (IAW mRidium Salient Characteristics) CLIN 0002 1 EA Remote Monitor Part #: 3865 tiny_mce_marker_________ Brand Name (IAW mRidium Salient Characteristics) CLIN 0003 2 EA mRidium Administration Set tiny_mce_marker_________ Brand Name (IAW mRidium Salient Characteristics) Only new non-refurbished items with original manufacturer's warranty will be accepted. All responsible sources may submit a quotation, which shall be considered by the agency. The government will only consider firm, fixed price quotations. Contractor must be registered in SAM prior to award. The website address for SAM registration is www.sam.gov. Contractor MUST complete and include FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, when submitting a proposal. The website address is http://www.Acquisition.gov. QUOTATIONS DUE: August 28, 2015 at 5:00PM PDT DELIVERY DATE: September 15, 2015 DELIVERY ADDRESS: US Naval Hospital Guam, WHSE 6 Farenholt Rd., Agana Heights, GU, 96910 All quotations shall be submitted electronically by email to carmelita.d.mendiola.civ@mail.mil E-mail submissions are limited to 2MB. The submitter should confirm receipt of email submissions. The attached solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-75. It is the contractors' responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisitions.gov and or www.asq.osd.mil. 52.204-7 Central Contractor Registration (FEB 2012). 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-6 -- Brand Name or Equal (Aug 1999). 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation- Commercial Items (JAN 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors in descending order of importance: 1) Technical Capability, 2) Delivery Schedule, and 3) Price. The following factors to be used to evaluate offers: Technical Capability, Defined as ability of the products to meet the salient characteristics needed and to provide items in new, warrantied, manufacturers authorized state. Delivery Schedule. Defined as, lead time necessary to receive the product. Price. Technical capability and delivery schedule, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first 2 factors will not undergo a price evaluation. 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012). 52.222-3 Convict Labor (JUN 2003). 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012). 52.222-26 Equal Opportunity (MAR 2007). 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998). 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007). 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012). 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003). 252.232-7003 Electronic Submission of Payment Requests (OCT 2012). Primary Point of Contact.: Carmelita Mendiola, Purchasing Agent carmelita.d.mendiola.civ@mail.mil Phone: 6713449347 Secondary Point of Contact: Joyce Layson-castillo, Purchasing Agent joyce.laysoncastillo.civ@mail.mil Phone: 671-344-9014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68096/N6809615RC02011/listing.html)
 
Place of Performance
Address: USNH Guam, Bldg 50 Farenholt Road, Agana Heights, Guam, 96910, United States
Zip Code: 96910
 
Record
SN03838929-W 20150816/150814234715-437c1d45e179d8f04a98e7bc9bbbf519 (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.