SOLICITATION NOTICE
65 -- PWA & PWV System
- Notice Date
- 6/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC-S-15-747869
- Archive Date
- 7/31/2015
- Point of Contact
- Mark O Volk, Phone: 309-681-6618, Kristen Turner, Phone: 3096816624
- E-Mail Address
-
mark.volk@ars.usda.gov, kristen.turner@ars.usda.gov
(mark.volk@ars.usda.gov, kristen.turner@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- 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; Quotes are being requested and a written solicitation will not be issued. Solicitation number AG-32SC-S-15-747869 is issued as a request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. The associated NAICS code is 339112 (Surgical and Medical Instrument Manufacturing), with a small business size standard of 500 Employees. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 001) USDA, ARS is procuring two sets of equipment to measure using non invasive techniques 1) central blood pressure (pressure at the heart, specifically at the ascending aorta) and 2) carotid artery to femoral artery pulse wave velocity (as a measure of vascular [blood vessel] stiffness). Both the measure of central blood pressure and the pulse wave velocity must be measured using a single platform (one instrument), and be cleared by the US Food and Drug Administration. There must be validation data available in the peer review scientific literature for the system showing consistency with other instrumentation as well as demonstrated use of the instrumentation in large clinical research trials demonstrating acceptance of the measures by the research community. The measurement of central blood pressure is to be made using a brachial artery cuff-based system. The measurement of carotid artery to femoral artery pulse wave velocity is to be made with a thigh-cuff based system coupled with carotid tonometry. A cuffed-based system is required so research volunteers do not have to change out of their street clothes. To be included with the systems are: medical grade brachial (arm) blood pressure cuffs (in 3 sizes to accommodate various size arms), an extra-large adult thigh cuff, a medical/Millar pressure tonometer for carotid measures, a medical femoral blood pressure cuff, system documentation, notebook hardware and software, a cuff storage tray, and freight and inside delivery. The following specifications are required: measure pulse wave velocity between 2 and 25 m/s with a heart rate of between 30 and 220 beats per minute, and systolic pressure between 50 and 260 mm Hg and diastolic pressure between 40 and 200 mm Hg. The Contractor shall provide all items F.O.B. destination FCHL/BARC/ARS Beltsville MD 20705. The Government anticipates award of a Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Literature that provide details of how the Contractor's Equipment meets the characteristics above (2) Price. The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the Government intends to award to the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical, (2) Price. The acquisition will be conducted using the procedures authorized by FAR 13.5. This requirement is subject to the availability of funds. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-17, Ownership or Control of Offeror; FAR 52.204-18, Commercial and Government Entity Code Reporting; AGAR 452.204-70, Inquiries; FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71, Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; AGAR 452.211-72, Statement of Work/Specifications; AGAR 452.211-74, Period of Performance; FAR 52.212-1, Instructions to Offers-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (filled in as follows: Technical, Price, and Past Performance); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-3, Notice of HUBZone Set-Aside or Sole Source Award; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-28, Post Award Small Business Program Representation; AGAR 452.219-70, Size Standard and NAICS Code Information; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-41, Service Contract Labor Standards; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1, Buy American--Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-25, Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract; AGAR 452.237-74, Key Personnel; FAR 52.252-1, Solicitations Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically. Quotes must be received no later than June 12, 2015, 2:00 PM Central Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6c3d9241a216e08bb54e71968441c978)
- Place of Performance
- Address: FCHL/BHNRC, Building 307B Room 213, Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN03761597-W 20150613/150611235412-6c3d9241a216e08bb54e71968441c978 (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 |