Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2002 FBO #0164
SOLICITATION NOTICE

65 -- Medical Equipment

Notice Date
5/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
USZA92-02-Q-0014
 
Response Due
5/29/2002
 
Archive Date
6/13/2002
 
Point of Contact
Barbara Bowles, Contract Specialist, Phone 910-432-8598, Fax 910-432-9345,
 
E-Mail Address
bowlesb@soc.mil
 
Description
The US Army Special Operations Command, Fort Bragg, North Carolina has a requirement for purchase and delivery of medical equipment and supplies. 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 THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes must reference the Request For Quotation number USZA92-02-Q-0014. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-06. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System Code (NAICS) is 421450. Size Standard is 500 employees. This requirement is unrestricted. REQUIREMENT: CLIN 0001 - V-Top Surgical Table with Locking Castors (Shor-line USA 903.4101.00 or equal). 58" long by 19" wide. Electrically operated hydraulic base capable of holding maximum weight of 200 pounds. Electrically thermal controlled table top, must be able to incline and decline, raise and lower, and lock in all specified positions. Thermal control must have visual indicator that power is being transferred to heating table. Power input cable must connect to standard (110V) U.S. electrical power outlets. Thermal heater must have various operating temperatures not to exceed 97 degrees Fahrenheit. QUANTITY = 10 each. CLIN 0002 - Salt/RI Refractometer with Automatic Temperature Control (Cole-Parmer EW-81000-10 or equal). Must be able to measure salinity from 0% - 10%. Range of 0 to 160 ppt. Resolution of 2 ppt. 0.0002. Accuracy of +/- 0.3 ppt., +/- 0.0001. Automatic Temperature Control 60 degrees to 100 degrees Fahrenheit. Shock resistant housing. Variances of these specifications is not acceptable. QUANTITY = 40 each. CLIN 0003 - Electrosurgical Generator with Components (Brand Name or Equal). CLIN 0003AA - Electrosurgical Generator (Valley Lab Surgistat II or equal). Compact, portable, shall provide precise surgical effect with power control dials. Ability to change power settings while activating the generator. Include both monopolar and bipolar outputs. Shall have patient safety with a Return Electrode Contact Quality Monitoring System (RECQMS). The RECQMS system shall continually monitor patient impedance levels and deactivate the generator if a fault in the patient/return electrode is detected. QUANTITY = 4 each. CLIN 0003AB - Monopolar Footswitch (E6008 or equal). High quality cast aluminum, nonskid rubber base and water resistant strain relief connector for durability with divider bar between the cut and coag pedals. Shall be compatible with 0003AA electrosurgical generator. QUANTITY = 4 each. CLIN 0003AC - Reusable 5 x 7 Patient Return Electrode Plate (E7002-1R or equal). Patient Return Electrode with surface size of 13 x 18 cm. Shall be compatible with 0003AA electrosurgical generator. QUANTITY = 4 each. CLIN 0003AD - Cord for patient return electrode plate (for E7002-1R or equal). Shall be compatible with 0003AA electrosurgical generator. QUANTITY = 4 each. OFFERORS are encouraged to quote on any combination of the above CLINS. Because of the high degree of specialization, split awards will be considered. CLINS 0003 ? 0003AD will not be split. DELIVERY to Fort Bragg, NC. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition: 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph "a"? of the provision: "Quotes will be evaluated as to price, technical acceptability, and delivery. Award will be made to the lowest responsive quote from a responsible bidder submitting an offer found to be most advantageous to the government."; 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Supplement (DFARS) 252.212.7000, Offeror Representations and Certifications-Commercial Items are applicable to this requirement and offerors shall include a completed copy of the Representations and Certifications with their bid. The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, with the following clauses being applicable to the solicitation: 52.203-6 Alt I, 52.222-26, 52.232-33, 52.222-36, 52.247-64, and 52.222-35. Additionally, DFARS 252.204-7004, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clause 252.225-7024 applicable. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. ET, 29 May 2002. Fax submissions will be accepted at (910) 432-9345. Quotes shall include: (1) original letter signed by an individual authorized to bind the organization, with a schedule of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Questions must be submitted in writing no later than 17 May 2002. Questions submitted via e-mail are acceptable. All answers will be provided via an amendment to the solicitation. Any amendments that may be issued will be published in the FBO the same as this combined synopsis/solicitation. The point of contact for this requirement is Ms. Barbara L. Bowles, Contract Specialist at (910) 432-8598, e-mail bowlesb@soc.mil
 
Place of Performance
Address: FORT BRAGG, NORTH CAROLINA
Zip Code: 28310
Country: USA
 
Record
SN00076090-W 20020515/020513213357 (fbodaily.com)
 
Source
FedBizOpps.gov 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.