Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOLICITATION NOTICE

65 -- Infusion Pump

Notice Date
9/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N6264509RC85042
 
Archive Date
9/23/2009
 
Point of Contact
Courtney A. Piar, Phone: 301-619-7467
 
E-Mail Address
courtney.piar@med.navy.mil
(courtney.piar@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR FAR 12.6, Streamlined Procedures for Commercial Items, 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. The solicitation number is N6264509RC85042. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 05-24 are incorporated. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 325412, with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing a IV Infusion Pump for the USNS Mercy. SALIENT CHARACTERISTICS: a.The unit shall be a portable volumetric intravenous infusion pump. b.The unit shall be battery operated, capable of at least 7.5 hours of operation at 125 ml/hr on a single charge. The internal battery shall automatically charge while the pump is in operation. c.The pump shall measure the flow within 5% of the rate set. d.The unit shall deliver a pre selected administration volume within the range of 0.5 to 9,999 ml. e.The pump shall provide a selectable infusion range which includes 0.5 to 999 ml/hr in increments no larger than 1 ml. f.The pump should have a drug library. g.The unit shall incorporate the following alarms and alerting mechanisms: (1)Audible and visible air in line alarm. (2)Visible low battery alarm what will actuate 30 minutes prior to the need for battery recharging. (3)An upstream/downstream occlusion alarm to indicate occluded or clogged tubing or filter. (4)An audible alarm to indicate completion of the infusion. (5) An alarm for System Error. (6)An alert when a dose rate has been exceeded. h.The pump shall be provided with a suitable bracket to enable attachment to a standard IV pole. i.The pump mechanism shall be capable of accepting a variety of commercially available intravenous administration sets. j.The unit should not exceed 6.5” X 6.5”X 5” and not to exceed 35 oz. k.The unit shall operate from a source voltage of 115VAC, 60Hz. Regulatory Requirements: The radiographic 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. INSPECTION: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Goverernment. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (ie. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror’s total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the requirements of the solicitation (proposal will have to meet or exceed the acceptability standards for non-cost factors) 2. Price (all CLINs shall be priced) The offeror’s initial proposal shall contain the offeror’s best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. QUOTE/PROPOSAL INSTRUCTIONS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: 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; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.247-34, F.O.B. Destination; DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data—Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by 3:30 p.m. Eastern Time on 08 September 2009. Any questions must be addressed to courtney.piar@med.navy.mil by email only NLT 05 September 2009. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264509RC85042/listing.html)
 
Record
SN01936673-W 20090903/090902011133-6fa39d6584b10efa1a1dbfadde11c14d (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.