Federal Bid

Last Updated on 19 May 2013 at 10 AM
Combined Synopsis/Solicitation
Apo Ae

65--Fluke Biomedical Equipment Calibration Stations

Solicitation ID W9114F-13-T-0020
Posted Date 20 Mar 2013 at 4 PM
Archive Date 19 May 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Regional Health Contr Ofc Europe
Agency Department Of Defense
Location Apo Ae Georgia 09180
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.

This is a combined synopsis/quotation 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 quotation; quotes are being requested and a written quotation will not be issued.

Quotation number W9114F-13-T-0020 is issued as a request for quotation (RFQ). Due Date: 19 April 2013 at 4:00 P.M., CET (local Germany).

Quotation 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 quotation is 334516.

The Europe Regional Contracting Office has a requirement to purchase Brand Name or Equal Fluke Biomedical Equipment Calibration Stations. The Government will make an award based on the Lowest Price, Technically Acceptable (LPTA) offer. Quoters shall submit prices on the list of calibration stations and components listed below. The Government will use the submitted price list for price comparison.

Any interested party may provide a quote via email to [email protected], or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Elena Hughes, phone # 011-49-6371-9464-5437 or at [email protected].

The requirements for this RFQ are as follows:


1. Fluke Analyzer Calibration Station
FFP
Brand Name or Equal. See attached list for station components.
MFR Part Nr: 4306037

FOB: Origin

2. Fluke Defibrillator Calibration Station
FFP
Brand Name or Equal. See attached list for station components.
MFR Part Nr: 4306043

FOB: Origin

3. Fluke NIBP and Patient Simulator Calibration Station
FFP
Brand Name or Equal. See attached list for station components.
MFR Part Nr: 4306055
FOB: Origin

4. Fluke Electrosurgery Analyzer Station
FFP
Brand Name or Equal. See attached list for station components.
MFR Part Nr: 4306062
FOB: Origin


5. Fluke Infusion Analyzer Calibration Station
FFP
Brand Name or Equal. See attached list for station components.
MFR Part Nr: 4306070
FOB: Origin

6. Gas Flow Analyzer Calibration Station
FFP
Brand Name or Equal. See attached list for station components.
MFR Part Nr: 4306081
FOB: Origin

7. METCAL Software
FFP
Brand Name or Equal.
FOB: Origin

8. Calibration Station Training
FFP
FOB: Origin

9. Shipping
FFP
Equipment will be shipped to:

USAMMCE
HUSTERHOH KASERNE
Receiving Branch
Building 4171
PIRMASENS 66953
FOB: Origin

Delivery Date: 01 May 2013

The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition:

52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012

52.212-4: Addendum

Amend Para (a) to include - The contractor will provide the following:
1) Electrical requirements will be 220 Volt, 50 Hz, Two Prong German Plug
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.
(u) The product quoted 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.

CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE

52.203-2 Certification of Independent Price Determination
52.203-3 Gratuities (APR 1984)
52.203-6 Alt 1 Restrictions on Subcontractor Sales To The Government (SEP 2006)
52.203-12 Limitaion on Payments to Influence Certain Federal Transactions (OCT 2010)
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010)
52.209-4 Personal Identity Verification of Contractor Personnel (JAN 2011)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010)
52.211-6 Brand Name or Equal (AUG 1999)
52.214-34 Submission of Offers in the English Language (APR 1991)
522.16-2 Type of Contract
52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012)
52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.225-14 Inconsistency Between English version And Translation of Contract (FEB 2000)
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification
52.232-99 Providing Accelerated Payment to Small Business (AUG 2012) (Deviation)
52.233-3 Protest After Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
52.247-29 F.O.B. Origin (NOV 1991)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009)
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009)
252.204-7003 Control of Government Personnel Work Product (APR 1992)
252.222-7002 Compliance with Local Labor Laws (JUN 1997)
252.225-7012 Preference for Certain Domestic Commodities (DEC 2010)
252.225-7041 Correspondence in English (JUN 1997)
252.225-7042 Authorization to Perform (APR 2003)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)
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)

CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT
52.212-1 Instructions to Offerors-Commercial Items (JUN 2008)
52.212-2 Evaluation-Commercial Items (Jan 1999)
52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2012) ALT I

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2011) (Deviation)
52.222-50 Combating Trafficking in Persons (AUG 2007) ALT I
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)
252.204-7008 Export Controlled Items (APR 2010)
252.204-7011 Alternative Line-Item Structure (SEP 2011)
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - MAY 2011 (Deviation)
252.229-7000 Invoices Exclusive of Taxes or Duties (JUN 1997)
252.229-7002 Customs Exemptions (Germany) (JUN 1997)
252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States (MAR 2006)

ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - JUN 2008
The following paragraphs are hereby amended:
Para (a) Does not apply to this RFQ.
Para (b) Replace subparagraph (4) with the following:
If a vendor offers an equal product, the vendor shall explain in writing how the offered equal product meets or exceeds the salient characteristics.
Salient Characteristics: The vendor must explain how they will comply with the requirements in the request for quote by submitting a written quote which describes:
Biomedical Equipment Equipment Calibration Salient Characteristics
1) Vendor shall provide Biomedical Equipment Calibration stations tailored to specific customer requirements
2) Calibration stations shall be capable of calibrating all of the listed Fluke Biomedical Analyzers and equipment:
Safety Analyzers:
o ESA620
o ESA612
o ISA 601 PROXL
o ESA601
o QA-90
o 505Pro
o 232D/M
o Dale LT5444Dlite and Plus
o Dale 601/E
o ESA175
o ESA180

Defibrilator Analyzers:
o QED-6
o Impulse 3000
o Impulse 4000
o Impulse 6000/7000DP

NIBP and Patient Simulators:
o BP Pump 2L
o BPPump 2M
o Cufflink
o BPPump
o MPS 450
o LH-3
o 217A
o MedSim300B
o DALE13
o DALE14
o PS400
o PS415
o PS410
o PS420
o PS320
o INDEX2 series
o INDEX2XL series
o CARDIOSAT ALL VERSIONS

Electrosurgery Equipment
o RF302
o RF303RS
o 454A
o 402A
o QA-ES II

Infusion Pump Station Equipment
o RF302
o RF303RS
o 454A, 402A
o QA-ES II

Gas Flow Station
o VT PLUS
o VT MOBILE

3) Vendor shall provide METCAL automation software or other software that is compatible with Fluke Biomedical analyzers and equipment.
4) Vendor shall be capable of providing on-site installation and training in Pirmasens, Germany.
5) Vendor shall provide manufacturer approve tested devices, special adaptors/connectors/tubing for each calibration station.
6) Vendor shall have a current registration in the System for Award Management (SAM).
Failure to receive an acceptable rating of any of the salient characteristics will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected.
All CLINs shall be priced. If you fail to price all items, your quote will not be considered for award.
Para (c) Change 30 to 60.
Para (d) Does not apply to this request for quote (RFQ).
Para (i) Does not apply to this RFQ.
Add the following:
Para (m) Quotes shall describe how your offer meets the salient characteristics of this solicitation.
Para (n) ELECTRONIC OFFERS. Vendors may submit electronic quotes in response to this RFQ. The quote must arrive by the time specified in the RFQ to the following email address: [email protected]
Vendors may call Elena Hughes (+49)6371-9464-5434 to verify receipt of the quote. If the vendor chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote.
Para (o) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ two days before closing date of quote submission by e-mail to Fax (+49)6371-86-8070. All questions received will be answered officially through an amendment for distribution to all prospective vendors.

ACQUISITION PROCEDURE
This is a commercial item under FAR Part 12 and the acquisition procedures to be used for this purchase will be in accordance with FAR Part 13.

ADDENDUM TO 52.212-2
Paragraph (a) is hereby replaced with the following:
(a) The Government will award a purchase order to the responsible quoter whose quote represents the best value to the Government, price and other factors considered. Award will be made on the basis of the Lowest Price, Technically Acceptable (LPTA) quote. If any one salient characteristic below is rated quote mark Unacceptable, quote mark then the Government will no longer consider issuing a purchase order to that quoter, the quoter will be ineligible for award. The following characteristics shall be used to evaluate all quotes:

Biomedical Equipment Equipment Calibration Salient Characteristics:
1) Vendor shall provide Biomedical Equipment Calibration stations tailored to specific customer requirements
2) Calibration stations shall be capable of calibrating all of the listed Fluke Biomedical Analyzers and equipment:
Safety Analyzers:
o ESA620
o ESA612
o ISA 601 PROXL
o ESA601
o QA-90
o 505Pro
o 232D/M
o Dale LT5444Dlite and Plus
o Dale 601/E
o ESA175
o ESA180

Defibrilator Analyzers:
o QED-6
o Impulse 3000
o Impulse 4000
o Impulse 6000/7000DP

NIBP and Patient Simulators:
o BP Pump 2L
o BPPump 2M
o Cufflink
o BPPump
o MPS 450
o LH-3
o 217A
o MedSim300B
o DALE13
o DALE14
o PS400
o PS415
o PS410
o PS420
o PS320
o INDEX2 series
o INDEX2XL series
o CARDIOSAT ALL VERSIONS

Electrosurgery Equipment
o RF302
o RF303RS
o 454A
o 402A
o QA-ES II

Infusion Pump Station Equipment
o RF302
o RF303RS
o 454A, 402A
o QA-ES II

Gas Flow Station
o VT PLUS
o VT MOBILE


3) Vendor shall provide METCAL automation software or other software that is compatible with Fluke Biomedical analyzers and equipment.
4) Vendor shall be capable of providing on-site installation and training in Pirmasens, Germany.
5) Vendor shall provide manufacturer approve tested devices, special adaptors/connectors/tubing for each calibration station.
6) Vendor shall have a current registration in the System for Award Management (SAM).
Evaluation Standards: Evaluation Standards: The Government will use the following standards for a final rating:
ACCEPTABLE: A quote that meets the Government's salient characteristics identified in the solicitation.

UNACCEPTABLE: A quote that fails to meet the Government's salient characteristics identified in the solicitation.

Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINS were priced by the Quoter. If the Quoter failed to price all CLINS, the quote will not be considered for award.

(b) A written order, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall constitute an offer by the Government to buy the services/supplies called for in this RFQ. A contract will be established when the quoter accepts the Government's offer.

(c) The word quote mark quoter quote mark shall be substituted for the word quote mark offeror quote mark wherever it appears in FAR 52.212-3, Alternate I and DFARS 252.212-7000.

(End of Provision)
Bid Protests Not Available

Similar Past Bids

Frederick Maryland 18 Aug 2014 at 2 PM
Mountain home Tennessee 06 Dec 2016 at 4 PM
Andrews air force base Maryland 15 Jul 2011 at 7 PM