Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2012 FBO #3871
SOLICITATION NOTICE

65 -- Reactive Balance System Machine

Notice Date
6/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025912T0816
 
Response Due
7/27/2012
 
Archive Date
8/27/2012
 
Point of Contact
Ryan Brown 619-532-9569
 
E-Mail Address
ryan.brown2@med.navy.mil
(ryan.brown2@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial items in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation is prepared with the intent to award on a competitive basis. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-12-T-0816 is issued as a request for quotation (RFQ). The closing date is 27 July 2012 at 09:00am Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-59. It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 339112; Size: 500. This acquisition is exclusively set-aside 100% for small business. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001, Reactive Balance System Machine, suggested product/part number: Proprio 4000, QTY: 1, Unit of Issue: EA, To include: - 26 Diameter User Platform - 36 High Handrails - Machine Dimensions: 64 Deep x 32 Wide x 64 Tall - Machine Weight: 650 lbs. - Power Requirements: 208VAC, Single Phase, 30 Amp - User s Weight Capacity: 500 lbs. (Center) 350 lbs. (Outer Perimeter) - Variable Speed Settings: 1-10 - Maximum Tilt: 10 Predictable Mode 14 Random, Burst, Lateral, & Ant./Post. Computer - Dell Intel Pentium 4 Computer - 17 Touch Screen Monitor- Color Printer - Power Requirements: Standard 110VAC - Computer Cart (23 Deep x 24 Wide x 41 Tall) - Software: PROPRIOSoft 4000 Version 1.01 - Comprehensive User Database - Programmable Protocol Page -Testing Equipment - Ultrasonic Motion Tracking Equipment - Measures within 0.004 Ant./Post., Lateral L/R, & Up/Down Movements - Measures within 0.10 Lateral Flexion, Flexion/Extension, Rotation - Pre-programmed Standardized PROPRIO Test - Testing & Training Capabilities with Objective Feedback - Printable DMA (Dynamic Motion Analysis ) Graphs- Biofeedback capabilities - 44 & 50 DMA Belts -Warranty - Standard One Year Warranty (plus extension in CLIN 0003) Refer to salient characteristics for comparable products that may meet the minimum Government need. Price: $______ CLIN 0002, Overhead Harness System, Proprio 4000 QTY: 1, Unit of Issue: EA, To include: - Powered Overhead Harness System (Upgrade) - User Capacity 400 lbs. / Lifting Capacity 250 lbs. - One therapist operation to aid patient access and egress - Crossbar with 360 Turning Mechanism - 3 Full Body Harnesses (Small Medium - Large) - Power Requirements: 110 VAC Refer to essential salient characteristics for comparable products that will meet the minimum Government need. Price: $______ CLIN 0003, Extended warranty, 3 years, QTY: 3, Unit of Issue: YRS, Price: $______ CLIN 0004, Shipping & Handling, Installation, and Training, QTY: 1, Unit of Issue: EA, Price: $______ *Salient Characteristics that may satisfy this requirement include: Comprehensive user database allowing comparison of patient performance to specific normative population, which is necessary for more accurate comparison to high level military population and to make comparison by age group Programmable protocol, needed to allow appropriate progression with patients to advance balance challenge. -Will also allow for consistency in treatment, and objective measurement of progression Ultrasonic Motion Tracking Equipment allows for specific, detailed, and sensitive balance analysis Measures within.004 ant/post lateral L/R and up/down rotation, necessary for accurate testing and training protocols Testing and training capabilities with objective feedback, always for analysis of progress. -Printable Dynamic Motion Analysis Graphs-Biofeedback capabilities 3 Full body harnesses, allows for safe challenge of balance Variable tilts: predictable, random, burst, lateral and ant/post. This allows for simulation of various terrains and perturbations in all planes. The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (FEB 2012) 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) Evaluation factors in descending order of importance: 1) Technical Capability, 2) Past Performance and 3) Price 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) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012), 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.219-1 Alt I Small Business Concern Program Representation (APR 2011) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 52.252-2 Clauses Incorporated By Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 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) with the following clauses incorporated by reference: 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) HIPAA - Privacy and Security of Protected Health Information NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Technical Capability. Defined as, an assessment of the prospective contractors key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the requested items. Past Performance. Provide three (3) references, addressing that you have provided the same or similar items in the last 3 years. Price. Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at an award decision. Contractors who do not meet the first 2 factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012) Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Data Universal Number System (DUNS) number is required to register. Email your quote to Ryan Brown, Email: ryan.brown2@med.navy.mil on or before 27 July 2012 09:00am Pacific Standard Time on. Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T0816/listing.html)
 
Place of Performance
Address: Naval Hospital Camp Pendleton, Camp Pendleton, CA
Zip Code: 92055
 
Record
SN02788710-W 20120630/120628234904-f1f26d55f576d8322c18f02c01a0c16e (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.