Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2014 FBO #4565
SOLICITATION NOTICE

65 -- Portable Ventilator Kits - Package #1

Notice Date
5/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609, United States
 
ZIP Code
92051-1609
 
Solicitation Number
M68450-14-T-1000
 
Archive Date
6/11/2014
 
Point of Contact
Justin M. Eastman, Phone: 7607253418
 
E-Mail Address
justin.eastman@usmc.mil
(justin.eastman@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ 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 consitutes the only publication. Solicitation number M68450-14-T-1000 is issued as a request for quotation (RFQ). The solicitation documented and incorporated provisions and clauses are those in effect through Federal Acqusition Circular 05-73 and DFARS Publication Number (DPN) 20140506. This procurement is 100% set aside for small business under North American Industry Classification System (NAICS) 339112 Surgical and Medical Instrument Manufacturing with a size standard of 500 employees. The Government intends on issuing a purchase order/delivery order to the offerer that represents the Lowest Price Technically Acceptable (LPTA). All proposals will first be evaluated for price. The lowest priced proposal will be evaluated for technical acceptability. If the lowest priced proposal is technically acceptable, no further technical evaluation will occur. If the lowest priced proposal is not technically acceptable, the second lowest priced proposal will be evaluated for technical acceptability. This process will continue until the lowest priced technically acceptable proposal is found. The following factors shall be used to evaluate proposals: adherence to the salient characteristics and delivery terms. This procurement is for (4) SAVe Portable Ventilator Kits with Hard Case meeting the salient characteristics provided in the line item description. In accordance with FAR 52.211-6, this RFQ is for brand name or equal products. If quoting equal items, quoters shall include the specifications and description of the quoted items and how they adhere to salient characteristics. The information shall be presented in a manner that clearly demonstrates how equal items meet the listed salient characteristics. All responsible sources may submit a response that, if timely received, must be considered by the agency. Quoter is responsible for ensuring that their submitted quote has been received and is legible. Quoters bear the burden of ensuring that quotes (and any authorized amendments) reach the designated email on time and should allow a reasonable time for e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. REQUEST FOR QUOTATION ON THE FOLLOWING BRAND NAME OR EQUAL ITEMS: CLIN ITEM M/F PART NUMBER QTY U/I UNIT PRICE TOTAL AMOUNT 0001 SAVe Portable Ventilator Kit with Hard Case AutoMedx 70000H 4 EA ___________ ________________ Lightweight, portable, automated ventilator system for use in a field/combat environment. •· If quoting equal items they must meet the following minimum salient characteristics: •o Tidal volume: 600 ml •o Fixed respiratory rate: 10 bpm •o Pressure limit: 38 cmh20 •o AC/DC operation •o Rechargeable battery •o Up to 5.5 hrs per charge •o Includes: 1 hardened case, 1 battery charger, 2 single-use breathing circuits, 1 o2 tubing 7 ft, 1 head strap, 1 vent mask, and 1 pkg of 3 debris filters •o BLS compatible •o No compressed gas required •o Accepts supplemental o2 •o Allows spontaneous breathing •o Preset AHA compliant TV & RR •o Detects blockage and disconnects •o Preset pressure limit prevents over-inflation •o Suppressible alarms •o EtCo2 detector compatible •o Use Anywhere •o Rugged, compact design •o Lightweight (no heavier than 13 lbs) •o Self contained INSTRUCTIONS TO OFFERORS The Government reserves the right to award no contract at all, depending on the quality of offers submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met. The attached RFQ cover sheet must be filled out accordingly. Any item/service offered that does not meet these minimum specifications will be deemed as unacceptable. Open market items will not be accepted. Any quote that does not include all requested information will be deemed nonresponsive and can be excluded from the evaluation. Award will be based on ALL or none basis. Please provide the following information in your quote: 1. Unit Price, Delivery Price (if applicable), and Total Price 2. Description/ Descriptive literature 3. Delivery Time (after date of contract) 4. Company Information (Cage Code, Tax Identification Number) 5. Warranty with descriptive literature (if any) A quotation for this request shall be submitted via regular mail to: United States Marine Corps, Regional Contracting Office MCIWest-MCB ATTN: Captain Justin Eastman, Box 555027 Camp Pendleton CA 92055-5027; emailed to: justin.eastman@usmc.mil; faxed to: 760-725-4346; submitted VIA GSA; or hand delivered to: Regional Contracting Office, Bldg 22180, Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before May 27, 2014, at 3:00 p.m. Pacific Standard Time. FAILURE TO SUBMIT THE REQUIRED ATTACHMENT AND INFORMATION MAY RESULT IN YOUR PROPOSAL BEING CONSIDERED NON-RESPONSIVE. Please describe how your products/services support DOD Sustainable Acquisition Goals. This includes products that meet the following criteria: energy-efficient and water-efficient, bio-based, environmentally preferable, non-ozone depleting, are made with recovered materials, or use renewable energy technologies. If products/services are not sustainable, but your company engages in sustainable practices, please describe them. Please submit your quotations via e-mail to justin.eastman@usmc.mil. Offerors bear the burden of ensuring that quotes (and any authorized ammendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The offeror bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. ***See Attached RFQ for applicable Clauses and Provisions***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M68450-14-T-1000/listing.html)
 
Place of Performance
Address: 11th Marine Expeditionary Unit, Bldg 210842, Camp Pendleton, California, 92055, United States
Zip Code: 92055
 
Record
SN03375270-W 20140525/140523234332-6499be08a07ce7c9641e449255910097 (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.