Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2014 FBO #4635
SOLICITATION NOTICE

65 -- Vet Vital Signs Monitors

Notice Date
8/1/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F14T0074
 
Response Due
9/2/2014
 
Archive Date
10/2/2014
 
Point of Contact
Thelma Walker, +49637194645406
 
E-Mail Address
European Regional Contracting Office
(thelma.walker@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W9114F-14-T-0074 is issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423450. The Europe Regional Contracting Office has a requirement to purchase: 8 each Surgi Vet Vital Signs Monitors and accessories (Brand Name or Equal). The contract line items (CLINs) for this acquisition are as follows: Line Item 0001: Quantity 8 each Surgi Vet Advisor Multi-Parameter Monitor Item#V9204. Brand name or Equal. Manufacturer: Smiths Medical ADS Inc. Includes 3 or 5 ECG, Hearth Rate, Digital SpO2, End-Tidal CO2, Inspired CO@, Resp. Rate, Non Invasive Blood Pressure, Dual Invasive Pressures/Temperature, Built in Printer. 220V/50Hz, European Power Cord, 2 prong. Two (2) ea operators and service manuals with large easy-to-read display and intuitive design. Standard parameters include ECG, digital pulse oximetry, heart rate, non-invasive blood pressure and a built-in battery. Optional parameters include End tidal CO2, respiratory rate, 2-channel temperature, 2-channel invasive blood pressure and an integrated printer. Features three monitoring modes that adjust ECG sensitivity, cuff inflation pressure and alarm limits that allow the monitor to be tailored to the physical requirement of the patient. - Non-Invasive Blood Pressure (NI BP). Non-invasive blood pressure technology for vete rinary use on both large and small animals. Provides accurate blood pressure readings to include difficult patients such as cats. - Electrocardiogram (ECG) 3 and 5 Lead monitoring capabilities with options to select lead specific viewing (I, II, III, V, aVR or aVF); amplification of lead signal (0.5, 1X, 2X, 4X) display; and 2-trace cascading. - Digital Pulse Oximetry (SpO2). Blood pulse detection using patented Serial Autocorrelation technology, or SACto determines arterial oxygen saturation levels using Serial Autocorrelation technology, or SAC, that provides superior performance. - Sidestream Capnography (CO2). Assess ventilation, integrity of the airway and breathing circuit and cardiopulmonary function -Invasive Blood Pressure (IBP) 2. Invasive pressure channels for measuring direct arterial pressure, central venous pressure and various other hemodynamic parameters. - Temperature (TEMP) 2 temperature channels, adjustable for both Fahrenheit and Celsius. Can be used for various measuring sites, such as esophageal or rectal. - Safety. Fully certified transport that exceeds global commercial air and ground requirements - Ease of Use. Front-facing large, easy-to-read display and intuitive design featuring three monitoring modes that adjust ECG sensitivity, cuff inflation pressure and alarm limits during care - Warranty period. 2 years Line Item 0002: Quantity 8 each Advisor Roll Stand for Line Item 0001 Item # 3387. Brand name or Equal. Manufacturer: Smiths Medical ADS Inc. Line Item 0003: Quantity 8 each Advisor Data Logger Computer Interface Data Logger, Item#WWWV9220SYS. Brand name or Equal. Manufacturer: Smiths Medical ADS Inc. Designed to support Microsoft Excel 2002, 2003 and 2007. Record trend data at regular intervals. Capture a 30 second primary ECG waveform image. Capture a screen image. Upload data to a PC, supports various formats (pdf, xls). Transfer patient data to an electronic record. Choice of either Basic or Detailed Anesthesia Record. Graphs and charts. Warranty period: 1 year Line Item 0004: Quantity 8 each Calibration Kit. Item # 8217 C02. Brand name or Equal. Manufacturer: Smiths Medical ADS Inc. Line Item 0005: Door-to-door shipping to Landstuhl Regional Medical Center, Germany. All vendors must quote Shipping to the place of delivery and acceptance: Property Management Branch 3739 Bldg, Kirchberg Landstuhl, Germany The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2013) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed ofr Debarment. (DEC 2010) 52.211-6 Brand Name or Equal - AUG 1999 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008 52.225-25 Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (DEC 2012) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration- OCT 2003 52.233-3 Protest After Award - AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004 52.247-34 F.O.B. Destination - NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials - SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights - JAN 2009 252.204-7003 Control Of Government Personnel Work Product - APR 1992 252-225-7042 Authorization to Perform - APR 2003 252.229-7002 Custom Exemptions (Germany) - JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7008 Assignment of Claims (Overseas)- JUN 1997 252.232-7010 Levies on Contract Payments - DEC 2006 252.233-7001 Choice of Law (Overseas) - JUN 1997 252-243-7001 Pricing of Contract Modifications - DEC 1991 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2011 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - JAN 2013 (Deviation) 52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I - AUG 2007 52.252-1 Solicitation Provisions Incorporated by Reference - FEB 1998 52.252-2 Clauses Incorporated by Reference - FEB 1998 52.252-5 Authorized Deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Laibility Or a Felony Conviction Under Any Federal Law (Deviation 2013-O0010 (APR 2013) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - DEC 2010 (Deviation) 252.225-7048 Export-Controlled Items (JUN 2013) 252.244-7000 Subcontracts for Commercial Items - JUN 2013 ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - FEB 2012 The vendor must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment technical factors: Subfactor 1: Surgi Vet Advisor Multi Monitor. Equipment offered shall be 220V/50Hz, European plug. Shall include 2 each operators and service manuals. Multiparameter Monitor for VETS. Includes ECG, digital pulse oximetry, heart rate, non-invasive blood pressure and built in battery. Shall have the following features: three monitoring modes that adjust ECG sensitivity, cuff inflation pressure and alarm limits. Display shows Non-Invasive Blood Pressure (NIBP), Electrocardiogram (ECG), Digital Pulse Oximetry (SpO2), Sidestream Cannagraphy (CO2), Invasive Blood Pressure (IBP), Temperature (TEMP). Subfactor 2: Data Logger Item#WWV9220SYS. Equipment offered shall be compatible with Subfactor 1, 220V/50Hz and have records trend data at regular intervals, capture a 30 second primary ECG waveform image, capture screen image, upload data to PC, supports various formats, transfer patient data to an electronic record, graphs and charts. Warranty shall be 1 year. Subfactor 3: Advisor Roll Stand Item#3387 or equivalent shall be compatible with Subfactor 1. Subfactor 4: Contractor must meet all salient characteristics. Subfactor 5: Equipment must possess or meet FDA certification requirements. Subfactor 6: Equipment shall be new and not a used or re-manufactured product. Subfactor 7: Equipment must be warranted to be free from material and workmanship defect for 1 year. ADDENDUM TO FAR 52.212-2 The Government will issue a Purchase Order to the quoter whose quote represents the best value to the Government, price and other factors considered. Award will be made on the basis of Lowest Price, Technically Acceptable (LPTA) quote. If any Technical requirement below is rated quote mark Unacceptable, quote mark then the Government will no longer consider issuing a Purchase Order to that quoter, thus the quoter will be ineligible for award. EVALUATION STANDARDS. The quoter's technical quote will be evaluated using the following standards for a final rating: ACCEPTABLE: A quote that offers a product which meets all technical requirements identified in the solicitation. UNACCEPTABLE: A quote that offers a product which fails to meet one or more of the technical requirements identified in the solicitation. ADDENDUM TO FAR 52.212-4 Amend Para (a) to include - The contractor will provide the following: 1) Electrical requirements will be 100-220V/50-60hz 2) Two copies of the Operator's Manuals in English. 3) Two copies of the Maintenance Manuals in English. 4) Display and control labels will be in English. 5) Statement of warranty terms and conditions in English. 6) FDA approved, 510K compliant as required. 7) The delivered equipment shall be new and not a used or re-manufactured product. (v) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. (w) LOCAL SHARP: Advisory publications Army Regulation 600-20, Army Command Policy, 20 Sep 2012 OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Responses Program (SHARP), 12 Nov 2013 SPECIAL NOTE: All vendors must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via Internet at http://www.sam.gov. All quotes are due by September 2, 2014 before 2 pm Central European Time. Offers may be sent via email to thelma.d.walker.civ@mail.mil The point of contact for this acquisition is T Walker, phone # 011-49-6371-9464-5406 or at email thelma.d.walker.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F14T0074/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN03447632-W 20140803/140801235715-22f794bd2eb0c4f417087d590164e54f (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.