Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22, 2001 PSA #2961
SOLICITATIONS

65 -- RESUSCITATION NEONATAL PLATFORM

Notice Date
October 18, 2001
Contracting Office
Department of Veterans Affairs, AFMLOV/VA Special Services, Contracting Officer, 1423 Sultan Street, Suite 200, Frederick, MD 21702-5006
ZIP Code
21702-5006
Solicitation Number
RFP-797-FDF4-02-0011
Response Due
October 24, 2001
Point of Contact
Wanda L. Gaines (301) 619-6652
E-Mail Address
Click here to contact the Contracting Officer via (wanda.gaines@ft-detrick.af.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 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 RFP-797-FDF4-02-0011 is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through FAC 97-27. The NAICS code is 339112 and the small business size standard is 500 employees. This requirement is unrestricted and all business sizes may submit a proposal. The Air Force Medical Logistics Office/Veterans Affairs Special Services (AFMLO/VASS) Contracting Activity has a requirement for 5 each Resuscitation neonatal platform. Platform consists of the following Part #6600-0410-900 Armoire Traditional Fold Away Natural Oak Right Hand, Part #6600-0262-901 IRS with DISS Adapters & Swivel Bracket, Part #6600-0568-800 IRS Wall Gas Hose Kit for the medical treatment facility located at Shaw AFB, SC 29152. Due to the requirement for standardization compliance, the contractor shall provide the following items manufactured solely by Ohmeda Medical. All warmers must have three year parts and one year labor warranty. Warmers must meet the following criteria: Controller shall have at a minimum: microprocessor controlled heater operated in both manual and servo modes; pre-heat setting up to 25% without alarms to preheat mattress; 20 increments of power output resolution; digital patient temperature, control temperature, and apgar timer; progressive alarms and self diagnostic software check. Heater shall have at a minimum: up to 540 watts of heat focused evenly over the bed surface; heater automatically turns off when rotated into the cabinet; built in observation light. Delivery is FOB destination to 20 MDSS/SGSL, ATTN: MSGT DEOBRAH BRITT 431 Meadowlark St., Bldg. 1048, Shaw AFB, SC 29152 no later than November 21, 2001. Technical/Minimum questions may be addressed to TSgt Eidson (803) 895-6401. The following FAR clauses apply to this acquisition. FAR clause 52.212-1, Instructions to Offerors -- Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR Clause 52.212-3, Offeror Representations and Certification -- Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certification -- Commercial Items, with the offer. Full text of the clauses may be accessed electronically at the internet site: http://www.arnet.gov/far. The Government anticipates award of a purchase order resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. Offers are due by 4:00pm EST on October 24, 2001 at the AFMLO/VASS, 1432 Sultan Drive, Suite C, Room 101, Fort Detrick, MD 21702-5006. Offers may be faxed to Wanda L. Gaines at 301-619-6647/3613 or emailed to wanda.gaines@ft-detrick.af.mil.
Record
Loren Data Corp. 20011022/65SOL001.HTM (W-291 SN5109X0)

65 - Medical, Dental and Veterinary Equipment and Supplies Index  |  Issue Index |
Created on October 18, 2001 by Loren Data Corp. -- info@ld.com