Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2018 FBO #6033
SOLICITATION NOTICE

65 -- Vital Sign Monitors

Notice Date
5/29/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
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
IHS1349501
 
Archive Date
6/2/2018
 
Point of Contact
Quishana Thompson,
 
E-Mail Address
Quishana.Thompson@ihs.gov
(Quishana.Thompson@ihs.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposal are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ for Vital sign monitors. This request is in accordance with the solicitation provisions and clauses through Federal Acquisition Circular 2005-95. The North American Industry Classification System (NAICS) is 334510. The Government anticipates an award of a Firm Fixed Price contract. The Government intends to evaluate proposals based on compliance with solicitation/department requirements, past performance, warranty, and socioeconomic status. The Government intends to award one contract as a result of this solicitation that is the most advantageous to the Government. An award will made based on the requirements and evaluation factors. GENERAL INSTRUCTIONS Documents are to be submitted to Quishana Thompson, Contract Specialist in the Acquisitions Department via email to Quishana.Thompson @ihs.gov. Final proposals are due NO LATER THAN June 1, 2018, by 4PM Mountain Standard Time. SOCIO-ECONOMIC CONSIDERATION: As provided in FAR 19, 19.201, General policy: (a) It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. Please state your socioeconomic status. DESCRIPTION of SERVICE Requirements: This is a equipment contract for the Ambulatory Care Department located at Northern Navajo Medical Center, Shiprock, NM 87420. PERIOD OF PERFORMANCE: 60 days after award of contract Lcoation: Northern Navajo Medical Center US HWY 491 North Shiprock, NM 87420 FBO: Destination Loading dock is available Items: Suggested Manufacturer: Mindray Accutorr 7 Item: Accutorr 7 Vital Signs Monitor Including: Touchscreen display, Non-Invasive blood pressure, Masimo SET Pulse Oximetry, MEWS, Hardwire communication, eGateway and DPM Central Station connectivity, Recorder and Accessories. QTY: 22 Item: Accutorr 7 combo OPS Manual CD QTY: 22 Item: Lithium Ion Battery Battery for the Mindray monitors, 11.1V compatible with Accutorr 7 QTY: 22 Item: Accutorr 7 Welch Allyn Sure Temp Plus Bracket Mounting bracket, compatible with Accutorr 7. QTY: 22 Item: Accutorr Vital Signs mobile rolling stand with cable management QTY: 22 Item: Reusable bladderless NIBP Cuff Kit Including: Adult, Small, Large and one child along with thigh cuff compatible with Accutorr 7 QTY: 22 Item Specification: Key Features: • Large 8.4" back-lit high resolution TFT display provides clear view • Intuitive touchscreen offers easy access to information • Manual, automatic and customizable NIBP measurement modes offer flexibility for various clinical applications • Available SpO2 technology includes Masimo SET® (standard) or Nellcor® Oximax® • PI (Perfusion Index) from SpO2 can guide caregivers to best measurement location • Low flow sidestream CO2 provides measurements of FiCO2, etCO2, awRR with a CO2 waveform • Optional Mindray SmarTemp TM or Welch Allyn® SureTemp® Plus temperature • Standard MEWS (Modified Early Warning Score) offers effective support for clinical decisions • Manual input of vitals such as respiration rate, pain level, glucose, fluids and degree of consciousness • Stores up to 5000 measurements, accessible by patient ID for easy review • Choice of hardwired or wireless EMR connectivity options • ADT and results messaging easily accomplished via Mindray's powerful eGateway Specifications: Connectors: Network port2 USB portsMultifunctional port Battery Type: Rechargeable lithium ion Run Time: Up to 8 hours when powered by a new fully-charged battery at 77°F±41°F (25°C±5°C) with SpO2 and NIBP measurements at an interval of 15 minutes. Charge Time Monitor Power Off: Less than 5.5 hours to 90%; Less than 6.5 hours to 100% Monitor Power On: Less than 10.5 hours to 90%; Less than 11.5 hours to 100% Physical Dimensions Monitor Size: 10.2" (H) x 6.9" (W) x 6.9" (D)25.9 cm (H) x 17.5 cm (W) x 17.5 cm (D) Monitor Weight: <5.5 lbs (<2.5 kg) including battery Environmental Conditions Operating Temperature: 0°C to 40°C (SmarTemp TM : 5°C to 40°C) Operating Humidity: 15% to 95%, non-condensing Baromatric: 427.5 to 805.5 mmHg (57.0 to107.4 kPa) Power Requirements 100 to 240 VAC, 0.9 to 0.5 A, 50/60 Hz Safety Type of Protection: Meets the requirements of IEC 60601series Please respond via email: Quishana.Thompson@ihs.gov Contractor will be evaluated based on the following evaluation factors and what is most advantageous to the government. 1. Past performance- 2. Meeting department specification, requirements to meet department performance and PM service availability including upgrades. 3. Warranty 4. Price If there is a tie, tie breaker will be based on socio-economic status. ------------------------------------------------------------------------------------------------------------------------------------------------------- APPLICABLE PROVISIONS AND CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition (the full text of a clause may be accessed electronically at this address: FAR: https://www.acquistion.gov. The following Provisions and Clauses apply to this solicitation and are incorporated by full text: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 1998)This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text upon request the Contracting Officer will make their full text available. 52.202-1 Definitions (Jul 2004)) 52.204-3 Taxpayer identification (Oct 1998) 52.204-7 System of Award Management 52.212-1 Instructions to Offerors 52.212-2 Evaluation-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.223-6 Drug-Free Workplace (May 2001) 52.229-3 Federal, State, and Local Taxes (Apr 2003) 52.232-1 Payments (Apr 1984) 52.232-8 Discounts for Prompt Payment (Feb 2002) 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-System of Award Management 52-233-1 Disputes (Jul 2002) 52.237-3 Continuity of Services (Jan 1991) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.243-1 Changes - Fixed Price (Aug 1987) 52.246-4 Inspection of Services - Fixed Price (Aug 1996) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.249-8 Termination for Default (Fixed-Price Supply and Service) (Apr 1984) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government; (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. FAR 52.237-7 Indemnification and Medical Liability Insurance. Additional Health & Human Service Acquisition Regulation (HHSAR) clauses: 352.202-1 Definitions 352.224-70 Confidentiality of information 352.232-9 Withholding of contract payments 352.249-14 Excusable delays 352.270-5 Key personnel 352.270-11 Privacy Act 352.270-13 Tobacco-free facilities 352.270-18 Crime Control Act - Requirement for background checks 352.270-19 Electronic information and technology accessibility
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/IHS1349501/listing.html)
 
Place of Performance
Address: US HWY 491 North, Shiprock, New Mexico, 87420, United States
Zip Code: 87420
 
Record
SN04935785-W 20180531/180529230537-307b2a1fe8e352e2131fd2fcf2b64e9c (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.