SOLICITATION NOTICE
66 -- Large Animal Anesthesia Machines and Maintenance - HU0001-14-Q-0361 Request for Quote (RFQ)
- Notice Date
- 6/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
- ZIP Code
- 20814-4799
- Solicitation Number
- HU0001-14-Q-0361
- Archive Date
- 7/31/2014
- Point of Contact
- Andrew E. Lee, Phone: 3012951914
- E-Mail Address
-
andrew.lee@usuhs.edu
(andrew.lee@usuhs.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- HU0001-14-Q-0361 Provisions and Clauses (P&C) HU0001-14-Q-0361 Required Provisions (required) HU0001-14-Q-0361 CLIN Structure (required) HU0001-14-Q-0361 Request for Quote (RFQ) * Refer to the attachments for the complete detail General Overview: The Uniformed Services University of the Health Sciences (USU), located in Bethesda, MD, has a requirement for two large animal gas anesthesia machines. The USU is the only Federal health sciences university and we are committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense (DoD) and the United States Public Health Service (PHS) and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU and its mission can be found on our website: www.usuhs.mil. This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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. This is a Request for Quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items and Part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2005-74, effective May 30, 2014 and Defense Federal Acquisition Regulation Supplement (DFARS), effective May 28, 2014. This requirement is set-aside for small business concerns under North American Industry Classification System (NAICS) Code 339112 Surgical and Medical Instrument Manufacturing with a size standard of 500 employees. In order to be eligible for award, offerors must be registered on SAM.gov with completed Representations & Certifications (Reps & Certs). Offerors not registered on SAM.gov with completed Reps & Certs will not be eligible for award. Offerors interested in responding to this requirement must provide a quote for two large animal anesthesia machines, which at a minimum meets the specifications listed below. A single firm fixed-priced (FFP) purchase order will be awarded. Minimum Specifications: USU intends to purchase two large animal gas anesthesia machines to provide continuous gas anesthesia support to a variety of laboratory animal species, such as rhesus macaques (3 to 20kg) or Gottingen mini-pigs (5 to 40kg) that have undergone invasive, intensive surgical procedures. Each of the two large animal gas anesthesia machines must include the following: a.A ventilator monitor and control, preferably a color touch screen display. This is not a surgical monitor. This ventilator monitor/control should display at a minimum: (1) Tidal volume, (2) Selectable dual waveform (pressure vs. time and pressure vs. volume), (3) Breaths per minute, (4) Inspiration time, (5) PEEP (cm H2O), (6) Oxygen measure, (7) Anesthetic agent (Isoflurane measure), and (8) Ventilation mode. It should also possess the control to changes these parameters. This ventilator monitor/control should have a battery backup and must be printable from screen; b.Integrated multi-mode ventilator including Spontaneous, Pressure, Volume, and Pressure Support Modes, including SIMV and SMMV; c.Wide range of tidal volume provided by the ventilator (20 to 1,600ml); d.Two vaporizer station (Isoflurane and Sevoflurane) and one Isoflurane vaporizer; e.Six flowmeter (2 for oxygen, 2 for nitrous oxide, and 2 for air); f.Mechanical anti-hypoxic device. This is not a breathing bag/reservoir bag. This anti-hypoxic device is a mechanical device designed for low flow and maintains a minimum oxygen flow (approx.. 50 to 75 ml/min) to prevent hypoxia; g.At least 3 electrical outlets; h.Autoclavable absorber; and i.Mounted on a mobile, durable cart with up to 3 drawers for storing anesthesia-related supplies. Offerors responding to this requirement must provide pricing, at a minimum, for the following contract line item numbers (CLINs): CLINDescriptionQuantityUnit of Issue 0001Large animal gas anesthesia machine2Each 0002Shipping, delivery, and installation1Each 0003Two anesthesia machines maintenance1Year In order to be considered for award, offerors must provide a quote for all CLINS listed. Evaluation / Award Detail: The Government intends to award a single firm-fixed-priced (FFP) purchase order to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. Evaluation factors for the electrometer are as follows (in order of importance): 1.Technical. Offerors must provide product literature, which demonstrates the capabilities of the quoted item(s). At a minimum the product literature must demonstrate that the quoted item meets the specifications outlined above. Information on warranty, training, installation, and delivery lead-time must be included in the quote submission and will be evaluated. The Government reserves the right to utilize technical (e.g. trade magazines) and customer reviews/references as part of the technical evaluation. 2.Price. Offerors must include all applicable costs (e.g. components, installation, and shipping) in their quote. The total quoted price for all components will be the evaluated price. Quoted items must be new. Quotes for refurbished equipment will not be considered. Offerors must also indicate in quote where item is manufactured. Offerors may provide quotes for multiple anesthesia machines. Items will be shipped to: 8901 Wisconsin Avenue, Building 42 Bethesda, MD 20889-5603 See attached list for applicable provisions and clauses for this requirement. The Government reserves the right to award without discussions. Questions/clarifications regarding this solicitation must be submitted via email to andrew.lee@usuhs.edu by 14:00 EST on June 6, 2014. Any question received after 14:00 EST on June 6, 2014 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around June 9, 2014. Quote packages are due by 22:00 EST on June 13, 2014. Quotes must be submitted via email to andrew.lee@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: a.Official Company Name; b.Point-of-Contact, including name, email address, and phone number; c.DUNS Number; d.If applicable, a statement that includes acknowledgement of latest amendment number; and e.Tax Identification Number (TIN). TIN may be used by the Government to collect and report on any delinquent amounts arising out of the contractor's relationship with the Government (31 U.S.C 7701(c)(3) - FAR 13.106-3(e)). Attachments (3)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c2239f07321230b01de5a8f92e70e895)
- Place of Performance
- Address: 8901 Wisconsin Avenue, Building 42, Bethesda, Maryland, 20889-5603, United States
- Zip Code: 20889-5603
- Zip Code: 20889-5603
- Record
- SN03383766-W 20140605/140603234935-c2239f07321230b01de5a8f92e70e895 (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 |