COMMERCE BUSINESS DAILY ISSUE OF JULY 30, 2001 PSA #2903
SOLICITATIONS
66 -- CARDIOPULMONARY TESTING TELEMETRY UNIT
- Notice Date
- July 26, 2001
- Contracting Office
- Directorate of Contracting, Uniformed Services University of the Health Sciences, Rm A1040c, 4301 Jones Bridge Road, Bethesda MD 20814-4799
- ZIP Code
- 20814-4799
- Solicitation Number
- MDA905-01-Q-0049
- Response Due
- August 23, 2001
- Point of Contact
- Christina Johnson, 301 295-3069, FAX 301 295-1716
- E-Mail Address
- click here to contact the contract specialist via (cjohnson@usuhs.mil)
- Description
- The Uniformed Services University of the Health Sciences (USUHS), Bethesda, Maryland, the Department of Defense Medical School and Health Sciences University, intends to procure on a sole source basis a K4B2 EN TELEMETRY UNIT from COSMED via PIANI DI MONTE SAVELLO 37 of Albano, Rome-Italy. This notice is being used as a request for proposal for the K4B2 EN TELEMETRY UNIT, which consists of item # C09052-02-99 the K4B2 cardiopulmonary testing telemetry unit; item #C01650-02-11 toelectronic Reader K4 2000 (upgrade); item # A 860 950 002 Field gas calibration kit (US); item # A 860 000 009 QD Field gas spares (US) 4 pieces; item # A 180 015 004 Spare Permapure sample lines (4); item # C00357-01-05 Turbine K4 2000 (spares for 2 units) (4); item # C01653-01-10 Mask Adult Large; item # C01652-01-10 Mask Adult Medium; item # C01651-01-10 Mask Adult Small; item # A 800 900 012 Gel Seal x adult Mask Large (10 Pz); item # A 800 900 011 Gel Seal x adult Mask Medium (10 Pz.); item # A 800 900 010 Gel Seal x adult Mask Small (10 Pz.). This equipment is used to monitor, collect, and store physiologic and metabolic data associated with human performance exercise testing. These data include oxygen uptake (VO2), carbon dioxide production, minute ventilation, respiratory rate, venitalory equivalents, and anaerobic threshold detection. The equipment can also be used to evaluate the subject's resting energy expenditure. The identification of anaerobic threshold and VO2 max are essential measures we must obtain for accurate evaluation of human performance and for standardization of quantitative exercise stress testing in both controlled and field environments. This unit will be used for exercise testing related to environmental stressors associated with exertion and exercise. The unit will mirror the current research equipment and methodologies used in the Human Performance Lab at USUHS. The system shall be delivered and installed at USUHS, Bethesda, MD 20814-4799, and FOB: Origin within 90 days ARO. Delivery shall be made between the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, excl. Federal holidays, and shall be scheduled with the COTR named at the time of award. PACKING and SHIPPING: All items packed and shipped shall have the mailing label addressed as follows: USUHS (complete address) and the contract number (named at the time of award). INSTALLATION: The contractor shall be responsible for the movement of all equipment to installation site. The Contractor shall install the equipment in accordance with the manufacturers specifications, complete with all the components. The Contractor shall also perform verification testing and provide technical support. Installation shall be completed within 30 days after delivery to USUHS and is to be coordinated with the COR (to be named at time of award). SET-UP and TRAINING: The Contractor shall be responsible for performing all start-up operations to ensure the system is fully functional for its intended purpose. DOCUMENTATION: Upon completion the contractor shall provide two (2) sets each of all equipment/software manuals for the equipment. Final payment shall not be made until such documentation is received and accepted by the Contracting Officer. WARRANTY: A standard commercial warranty shall be provided for the software and equipment. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. The provision of FAR 52-212-1, Instruction to Offerors -- Commercial Items and 52.211-6, Brand Name or Equal, applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature for the proposed equipment and software, and the FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 52-212-1, Instruction to Offerors -- Commercial Items, applies to this acquisition. The provision of FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The following evaluation criteria are included in paragraph (a) of that provision. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical capability and price. Technical capabilities are significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Evaluation of technical capability will be based on product literature, equipment specifications, technical features and/or warranty provisions. Each offeror is required to submit licensing (if applicable), descriptive literature, or other documentation, manufacturer or brand name and model of the item, and show how the offered product meets or exceeds the requirements as specified in the Specifications. 2) PRICE: Price includes all equipment, software, software licensing, training, warranty costs, discount terms, and transportation costs. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.211-6, Brand Name or Equal (Aug 1999); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.239-1, Privacy or Security Safeguards (AUG 1996). Offer DUE date: 22 August 2001 COB. Interested offerors must comply with the terms of FAR 52.211-6 Brand Name or Equal. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq/osd.mil/ec or call the DOD Electronic Information Center at 1-800-334-3414.
- Record
- Loren Data Corp. 20010730/66SOL008.HTM (W-207 SN50T0S8)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|