Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2008 FBO #2329
MODIFICATION

65 -- Cardiac Stress Test System

Notice Date
4/10/2008
 
Notice Type
Modification/Amendment/Cancel
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203, UNITED STATES
 
ZIP Code
21702-9203
 
Solicitation Number
Reference-Number-N6264508RCES032
 
Response Due
4/17/2008 4:00:00 PM
 
Point of Contact
Courtney L. Piar, Phone: 301-619-7467, Sandy A Musgrove,, Phone: 301-619-0655
 
E-Mail Address
courtney.piar@med.navy.mil, sandy.musgrove@med.navy.mil
 
Description
This is a synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N6264508RCES032. Proposals are due no later than 4:00 P.M. EST on April 17, 2008. Provisions and clauses in effect through Federal Acquisition Circular 2005-24 are incorporated. NAICS 334510. Small Business size standard is 500 employees. The Naval Medical Logistics Command intends to negotiate with vendors on an open competition basis to procure a cardiac stress test system on behalf of the U.S. Naval Medical Center San Diego, CA. Any vendors who feel their product meets this specification are encouraged to submit a proposal. Salient Characteristics: The requirement is for 2 Cardiac Stress Test Systems. The systems shall consist of a work station, printer, T-wave analysis component and digital treadmill. The systems are used to analyze the beat-to-beat fluctuation in amplitude of the T-wave at a microvolt level. Analysis of this waveform can indicate the presence of a type of cellular metabolic activity that can lead to tachy-arrhythmias. This testing is used to stratify patients who are thought to be in need of an implantable cardiac defibrillator. All equipment and accessories shall be new from the manufacturer. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. Evaluation Factors for Award: Award will be made on the basis of the lowest evauluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (Factor 1 below). •1.) Technically acceptable in conformance to salient characteristics (proposal will have to meet or exceed the acceptability standards for non-cost factors). Regulatory requirements described below shall be met. 2.) Price (all items shall be priced). Any proposal that does not provide, at a minimum, an answer to each requirement in this solicitation may be determined to be substantially incomplete and not warrant any further consideration. The Government intends to award without discussions, but reserves the right to conduct discussions if later determined by Contracting Officer to be necessary. The Government reserves the right to make no award as a result of solicitation. Regulatory Requirements: The Cardiac Stress Test System and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. BUSINESS PROPOSAL INSTRUCTIONS : Business proposal shall specify: CLIN 0001 Cardiac Stress Test System CLIN 0002 Cardiac Stress Test System Shipping shall be FOB Destination to San Diego, CA and Tracy, CA. The Business proposal shall not contain any data that the offeror intends to be evaluated for technical compliance. Business proposals will be evaluated for Completeness and Reasonableness (the degree to which the proposed prices compare to the prices a reasonable, prudent person would expect to incur for the same or similar services and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract for the equipment. Companies shall submit firm-fixed pricing for the CLIN. Include commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. Sufficient information will be required for the Government to determine the proposed price fair and reasonable. OTHER ADMINISTRATIVE INSTRUCTIONS : In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business proposal. ADDITIONAL INFORMATION TO BE INCLUDED IN BUSINESS PROPOSAL ; Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their proposal. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. Submit email proposals as a MS Word or Adobe PDF attachment to Courtney Piar at Courtney.Piar@med.navy.mil. Paper proposals may be mailed to Naval Medical Logistics Command,1681 Nelson Street, Fort Detrick, MD 21702-9203 Attn: Courtney Piar. Email is preferred. Proposals are due not later than 4:00 P.M. EST on 10 April 2008. Any questions must be addressed to Courtney Piar, by email only, NLT 1200 on 04 April 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ecbe15a89e67f2fa9e9096d052ba30ef&tab=core&_cview=1)
 
Place of Performance
Address: 1681 Nelson St.Frederick MD
Zip Code: 21702
 
Record
SN01551272-W 20080412/080410215500-ecbe15a89e67f2fa9e9096d052ba30ef (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.