SOLICITATION NOTICE
65 -- VITAL SIGNS MONITOR STANDARDIZATION
- Notice Date
- 5/23/2013
- Notice Type
- Presolicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- RFAQ-13-A-4545
- Response Due
- 6/12/2013
- Archive Date
- 7/22/2013
- Point of Contact
- Yvonne Parson, 2027821254
- E-Mail Address
-
Medcom Contracting Center North Atlantic
(yvonne.t.parson@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.Vendor must provide Vital Signs Monitors which at a minimum can noninvasively and automatically measure systolic and diastolic blood pressure (NIBP), pulse rate, temperature and oxygen saturation (SpO2) for adult and pediatric patients over the age of 3 years. VITAL SIGNS MONITOR WITH NIBP, PULSE RATE, TEMPERATURE AND SpO2 a.Vendor must provide a complete itemized list of products supplied (manufactured and/or distributed by brands and descriptions) via excel spreadsheet, product catalog and literature in response to this RFAQ with initial submittal. Vendors are required to supply all items listed in the table above. 2.Vendor must provide pricing for each NRMCAOR on the required products above in the FBO Package Worksheet. This information includes: Vendor Part Number (PN) for required items/samples, Manufacturer/Distributor PN, Manufacturer Name, Full Item Description, DAPA Number for Item, Unit of Measure (UOM), Quantity (QTY) in UOM, DAPA UOM, QTY in DAPA UOM, DAPA Unit of Packaging (UOP), QTY of DAPA UOM in DAPA UOP, DAPA Unit of Sale (UOS), QTY of DAPA UOM in DAPA UOS, UOS proposed DAPA price and UOS proposed Incentive Price, UOM DAPA and Incentive Price. Only ONE Vendor Part Number (PN) should be provided for each required item/sample. 3.Vendor must have a DAPA or be in the process of applying for a DAPA number for the product line listed. Vendor must provide their DAPA number or provide documentation and the date the DAPA number was applied for. Vendors who do not continue to process application for a DAPA number at the time of Phase II, Clinical Performance Evaluation request for samples, will not be considered for continued participation. 4.Vendor will be required to submit discounts off of DAPA for all products included in this standardization initiative. Where lower Federal Supply Schedule (FSS) prices are available, DAPA holders are required by the terms of the DAPA to provide the FSS price as the DAPA price. A vendor shall not quote FSS prices as the discounted price for purposes of this standardization initiative. Vendor must provide quotes on items provided in response to the technical/company requirements. Quotes should contain the vendor's best discounts off of the vendor's DAPA pricing for the products identified in this announcement (based on committed volume of 80% of the total requirements of the MTFs in the NRMC AOR). A vendor who does not provide discounts off DAPA in response to this RFAQ in Phase I will not be considered for continued participation. 5.The selected Vendor(s) of Choice may offer other items beyond the minimum required product line for consideration to be added to the Incentive Agreement. Products must be offered at an Incentive Price discount off of the vendor's DAPA. All additions will be at the discretion of the Government. 6.Vendor must indicate in FBO Package Worksheet, country from which each line item is an end product, in accordance with (IAW) the Trade Agreements Act. Vendors having existing DAPA numbers must also ensure that all DAPA line items/end products in the subject product line list the proper Trade Agreements Act country in the DAPA Management System. 7.Vendor must have agreements with the current Med/Surg Prime Vendors for each NRMC AOR, i.e. Cardinal Health and Owens & Minor, for the product line, or is in the process of obtaining Prime Vendor agreements. 8.Vendor must identify with initial submittal for which NRMC AOR(s) they intend to submit quotes. Vendor will not have an opportunity to change NRMC AOR(s) during any subsequent stage of this evaluation. 9..Vendor must provide a Vital Sign Monitor that has a full-color screen with large (8.4 inch/20.3 cm), easy-to-read numerics for greater visibility at farther distances. 10Vendor must provide a Vital Sign Monitor that has the non-invasive blood pressure capability that includes manual, auto interval, custom interval programs and STAT modes; measures blood pressure in 15 seconds.. 11Vendor must provide a Vital Sign Monitor that has battery management for charging LED, AC power LED and battery status. 12.Vendor must provide a Vital Sign Monitor with SpO2 waveform display 13.Vendor must provide a Vital Sign Monitor that is durable, lightweight and portable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/RFAQ-13-A-4545/listing.html)
- Place of Performance
- Address: Medcom Contracting Center North Atlantic ATTN: 6011 5TH Street Bldg 1469 Fort Belvoir VA
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN03070294-W 20130525/130523235146-612d5dc5492a6460224d5df3c5e88dc7 (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 |