Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2016 FBO #5251
SOLICITATION NOTICE

65 -- Medical Equipment for Kayenta Health Center

Notice Date
4/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
 
ZIP Code
86515
 
Solicitation Number
DS-16-005
 
Archive Date
4/29/2016
 
Point of Contact
DeeAndra Salabye, Phone: 9286747825
 
E-Mail Address
deeandra.salabye@ihs.gov
(deeandra.salabye@ihs.gov)
 
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. The Kayenta Health Center is currently under construction. The Health Center is requesting for submittal of offers for a contractor to provide the following list of medical equipment/supplies: 1. CLIN #4, Diagnostic System, Wall Mounted, Oto-Ophth-NIBP-Temp, Quantity 14: Unit shall be a wall-mounted system with Otoscope, Ophthalmoscope, Automated Non-invasive blood pressure, Electronic Thermometer and disposable tip dispenser. Unit shall operate on 120V and be UL-listed. The otoscope and Ophthalmoscope shall be tethered with a coiled power cord. A 3.5V head shall be included for both. The NIBP shall include 3 sizes of cuffs - Large, Medium and Small. The Thermometer shall be an oral thermometer and provided with a start-up supply of disposable probes. 2. CLIN #5, Diagnostic System, Wall Mounted, Oto-Ophth-Sphyg-Temp, Quantity 45: Unit shall be a wall-mounted system with Otoscope, Ophthalmoscope, Aneroid Sphygmomanometer, Electronic Thermometer and disposable tip dispenser. Unit shall operate on 120V and be UL-listed. The otoscope and Ophthalmoscope shall be tethered with a coiled power cord. A 3.5V head shall be included for both. The Sphygmomanometer shall include 4 sizes of cuffs - Extra Large, Large, Medium and Small. The Thermometer shall be an oral thermometer and provided with a start-up supply of disposable probes. 3. CLIN #28, Cryosurgical Unit with Cart, Quantity 2: Features easy-to-use controls and built-in safety features, making it an ideal choice in cryosurgical treatment of diseases, disorders, and skin conditions. Cryosurgical Console System shall include a mobile base and a multi-tip freezer. Unit shall carry one 20 lb. N2O or CO2 cylinder. Cryotip shall be sterilizable using Prevacuum or gravity, 135 degrees Celsius (275 degrees Fahrenheit) • Approximate Dimensions: 11.3 x 11.5 x 3.2 in (28.7 x 29.2 x 8.1 cm) The following are the Evaluation Factors for this requirement: 1. Technical Capability: Warranty Terms Service Coverage 2. Logistics: Delivery Terms Socioeconomic Status (e.g., HUBZone Certified, SDVOSB, etc.) 3. Price: technical factors are significantly more important than price, price will be used as a form of tie breaker if should two or more responses be equal of points. General Conditions: ASSEMBLE, TEST, & INSERVICE Wherever applicable, quoted price is to include the assembly, testing and in-service training. Acceptance of the equipment will take place upon availability for first use as intended. Seller to provide name, address, and phone number of representative(s) responsible for local service calls. All electro-mechanical equipment will be subject to acceptance inspection by buyer's Biomedical Engineer. LEAD TIME & DELIVERY Normal lead-time and delivery method is to be indicated on each bid response. Actual purchase documents will indicate desired delivery period and owner's requirements for delivery. Delivery address may be to an off-site location managed by buyer's representative. ELECTRICAL All items requiring electricity must be UL certified and have UL labels affixed. Bid response must indicate if emergency/UPS power will be required. SERVICE & OPERATING MANUALS Successful bidder shall be required to provide 3 copies each of service manuals of a type enabling basic on-site servicing and calibration and 3 copies of an instruction manual of a type providing instruction on the operation of the unit. These will be listed on the buyer's purchase order as a no charge item unless indicated otherwise on your bid response. OPTIONS & ACCESSORIES Please provide separate detailed unit pricing on each option and/or accessory being offered. List price and discounted net price is required for each line item. F.O.B. DESTINATION Provide price(s) on an F.O.B. destination basis. In quoting price(s) other than F.O.B. delivery, include the dimensions and weight of each crated item. Shipping damages to item(s) shall be the responsibility of Vendor including the filing of damage claims. A designated representative shall arrange and process all returns and replacements and will assist in damage claims by providing the condition of incoming shipment and annotated freight bills to substantiate claims. WARRANTY State type and duration of warranty on each major item/system being offered. Detail any extended warranty package available to buyer. NOTE: Warranty period shall not commence until product is placed into clinical use at the facility. SERVICE Provide name, title, ZIP code, and telephone for local authorized service technician covering Kayenta, AZ. The performance shall conform in all respects with the requirements of the Contract and with Navajo Nation Law, Policies, and Procedures regarding taxes. The Government reserves the right to issue a single award or multiple awards to the contractor(s) whose quote represents the best value as defined by FAR 2.101. In determining best value, the following Evaluation Factors will be considered: Past Performance, Technical Capabilities, Delivery and Installation, and Warranty. The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price. The socio-economic status of an offeror may also be considered, should one or more quotes represent the best value. To be considered for award, your offer shall include the following documents: 1. Offered Product Specifications 2. A quotation to include all costs of product and installation (if applicable and quoted separately from the equipment) Email offer directly to the Contracting Officer for this action is deeandra.salabye@ihs.gov, 928.697.4342. Additional Applicable Federal Acquisition Clauses 52.204-7 System Award Management (Jul 2013) 52-212-4 Contract Terms and Conditions-Commercial Items (May 2015) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Aug 1984) 52.229-3 Federal, State, and Local Taxes (Feb 2013)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/DS-16-005/listing.html)
 
Place of Performance
Address: Kayenta Health Center, US Highway 160, South MP 394.3, Kayenta, Arizona, 86044, United States
Zip Code: 86044
 
Record
SN04076054-W 20160409/160407234241-b798ba20f4688dab159632bdf75bd012 (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.