This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR 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. This solicitation RFQ-V4460-0111 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-6646, ATTN: Kim Hannan. The North American Industry Classification System (NAICS) number is 334515 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Service disabled veterans and veteran owned small businesses are encouraged to submit offers. The proposed contract listed here is Unrestricted. This requirement is manufactured by Motorola. Listed below are the required line items for this solicitation:
0001 MEDTESTER 5000C CMMS CONECTIVITY BUNDLE : INCLUDING: MEDTESTER 5000C: MODULE 2 - RS232/PRINTER; MODULE 3-100 RECORD STORAGE; MODULE 4 EXPANDED RECORD STORAGE; MODULE 6- DATA TRANSFER; MODULE 7 MEDCHECK; AND MODULE 10-CMMS INTERFACE
MFR PART#: 2585098
MODEL#: 5000C/B
MFR: FLUKE OR EQUAL
2 EA _____ ____
0002 QED 6H DEFIBRILLATOR & TRANSCUTANEOUS PACER ANALYZER.; INCLUDING: MUST HAVE PACER TECTING CAPABILITY; OPERATORS MANUAL; TEST TAGS (QTY.100), INTERNAL PADDLE DISCHARGE CONTACT ADAPTERS AND PACER LOADER ADAPTER;FEATURES: INTERNAL 50-OHM DEFIB TEST LOAD, 5-LEAD ECG SIMULATION FOR CARDIOVERSION TESTING, ECG SIGNAL THROUGH THE PADDLE CONTACTS FOR AED TESTING, CARDIOVERSION SYNC TIME, DEFIBRILLATOR WAVEFORM STORAGE AND PLAYBACK, INTERNAL DEFIBRILLATION PADDLE/ELECTRODE ADAPTERS, MANUAL & REMOTE MODES OF OPERATION, OSCILLOSCOPE OUTPUT, RS232 PORT, SERIAL-PRINTER OUTPUT, 12 LEAD ECG SIMULATION; NORMAL SINUS, ARRHYTHMIAS, AND PERFORMANCE, 28 FACTORY PRESET/USER-PROGRAMMABLE DEFIB AND PACER AUTOSEQUENCES, INCLUDES PACER LOAD ADAPTER FOR TESTING PACERS (50 TO 1500 OHMS)
MFR PART#: 2251469
MODEL# QED-6H
MFR: FLUKE OR EQUAL
1 EA _____ ____
0003 IMPULSE 4000 DEFIBRILLATOR & TRANSCUTANEOUS PACER & ANALYZER; INCLUDING: OPERATOS MANUAL, SOFT-SIDED VINYL CARRYING CASE, INTERNAL PADDLE DISCHARGE CONTACT ADAPTERS: FEATURES: INTERNAL 50-OHM DEFIB & PACER TEST LOAD, 12-LEAD ECG SIMULATIONS FOR CARDIOVERSION & ECG TESTING, ECG SIGNAL THROUGH THE PADDLE CONTACTS FOR AEDTESTINH; CARDIOVERSION SYNC TIME, 50 USER-PROGRAMMABLE DEFIB & PACER AUTOSEQUENCES, INTERACTIVE DEFIB & PACER TRAINING SCENARIO WITH PRINTER OUTPUT, DEFIBRILLATOR/CPR MANIFIN INTERFACE, COMPATIBLE WITH MEDTESTER 5000C DEFIB&PACER AUTOSEQUENCES MODULES, INTERNAL DEFIBRILLATION PADDLE/ELECTRODE ADAPTERS, LARGE EASY TO READ, FOUR LINE DISPLAY, AUTOSEQUENCE, MANUAL & REMOTE MODES OF OPERATION, OSCILLIOSCOPE OUTPUT, RS232 SERIAL PORT, PARALLEL PRINTER PORT
MFR PART#: 2247157
MODEL# IMPULSE4K-US A120V
MFR: FLUKE OR EQUAL
1 EA _____ ____
0004 PRINTER, SEIKO DPU-414-30B WITH 120V POWER SUPPLY (2235375)
MFR PART#: 2248899
MODEL# PRINTR/414-US 120V
MFR: FLUKE OR EQUAL
1 EA _____ ____
0005 CUFFLINK, NON INVASIVE BLOOD PRESSURE ANALLYZER; INCLUDING: OPERATOR/SERVICE MANUAL, ADULT AND NEONATAL CUFF MANDRELS, CUFF/HOSE ADAPTERS KIT AND SOFT VINYL ACCESSORY POUCH; DYNAMIC OSCILLOMETRIC NON-INVASIVE BLOOD PRESSURE SIMULATION, AUTOMATED STATIC PRESSURE MEASURMENTS, LEAKAGE TESTING AND RELIEF VALVE TESTING, 5 INTERNAL NIBP TESTING AUTOSEQUENCES, 5 ARRHYTHMIA SELECTIONS, ADULT AND NEONATAL NIBP SELECTIONS, ADJUSTABLE HEART RATE VALUES, COMPATIBLE WITH MEDTESTER 5000C NIBP AUTOSEQUENCE MODULE, GRAPHICAL DISPLAY SHOWING PULSE ENVELOPE
MFR PART#: 2246985
MODEL# CUFFLINK-US12 OV
MFR: FLUKE OR EQUAL
1 EA _____ ____
0006 INDEX 2XLFE PULSE OXIMETER SIMULATOR (OPTICAL FINGER & ELECTRICAL SIMULATION WITH PROBE TEST) INCLUDES: OPERATORS MANUAL, BATTERY CHARGER, NELLCOR & OHMEDA ELECTRICAL SIMULATION AND PROBE TEST CABLES; FEATURES: ELECTRICAL PROBE TEST AND OXIMETER TEST, PORTABILITY, 10 PRELOADED MANUFACTURER'S R-CURVES, USER DEFINABLE "MAKES" FOR MOST OTHER MANUFACTURERS, 6 DOWNLOADABLE R-CURVE LOCATIONS, PHYSIOLOGICAL FINGER FOR A COMPLETE SP02 TEST, SIMULTANEOUS SIMULATION OF MOTION AND ARTERIAL OXYGEN LEVELS, ABILITY TO VARY THE 50 AND 60 HZ ARIFACTS FREQUENCY BY +/- 4Hz IN STEPS OF 0.3 Hz, ARTERIAL WAVE AMPLITUDE SCALE, CALIBRATED IN UNITS OF PERFUSION, MASIMO R-CURVE, RS232 PORT, TAP/SHIVER MOTION SIMULATION ALLOWS ONE TO DETERMINE THE IMPACT OF MOTION ON SP02 PERFORMANCE, TLC (TRANSMISSION LEVEL CONTROL), THREE NEW PHILIPS R-CURVE
MFR PART#: 2250244
MODEL#: INDX2LFE-USA120V
MFR: FLUKE OR EQUAL
1 EA _____ ____
0007
RF 303RS DIGITAL ELECTROSURGERY ANALYZER, INCLUDES: ACCESSORY KIT (ACTIVE LEAD, CQM LEAD, DISPERSIVE LEAD, GROUND LEAD, TWO JUMPER LEADS) OPERATOR MANUAL & POWER CORD, SAM (SIGNAL AVERAGING MODE), RS232 PORT, BATTERY POWERED FOR COMPLETELY ISOLATED MEASUREMENT, DIGITAL DISPLAY, HF LEAKAGE CURRENT MEASUREMENT, 4-DIGIT NUMERIC LCD WITH BACKLIGHT AND POWER SAVE MODE, INTERFACES WITH MEDTESTER 5000C VIA OPTIONAL ESU AUTOSEQUENCES MODULE
MFR PART#: 2251504
MODEL#: ESU303RS-US120V
MFR: FLUKE OR EQUAL
1 EA _____ _____
0008
CUFFLINK CUFF & HOSE ADAPTER (LUER LOCKING MALE) USE WITH SPACELABS MEDICAL
MFR PART#: 2392688
MODEL#: 9503-0018 FG
MFR: FLUKE OR EQUAL
1 EA _____ _____
0009
CUFFLINK CUFF & HOSE ADAPTER (OBAC STYLE) USE WITH HEWLETT PACKARD, IVAC (ALARIS)4400
MFR PART#: 2392663
MODEL#: 9503-0016FG
MFR: FLUKE OR EQUAL
1 EA _____ _____
This requirement is Brand Name or Equal, FOB destination delivery date of 15 OCTOBER 2008 to 314th Medical Group/SGSL; 1090 Arnold Drive; Bldg 1090; Little Rock AFB, AR 72099. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable; and 2) Price. Technically acceptable is more important than price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. Priority for Contracting Preferences: Pursuant to 38 U.S.C. 8127(i), set-aside preferences for awarding contracts to small business concerns shall be applied in the following order of priority: (1) SDVOSB; (2) VOSB; (3) Contracts awarded pursuant to: (a) Section 8(a) of the Small Business Act (15 U.S.C. 637(a)); or (b) Section 31 of such Small Business Act (15 U.S.C. 657a) (HUBZone); and (4) Contracts awarded pursuant to any other small business contracting preference. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 15,16, 17, 18, 19, 21, 23, 24, 29, 29i, 31, 37. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. 52.228-5, Insurance -Work on a Government Installation; 52.242-17, Government Delay of Work; Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (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. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising; 852.273-70, Late Offer. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. The Federal Contractor Program requires that any contractor receiving a contract from the Federal Government in the amount of $25,000 or more, or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. **Please ensure that this report has been filled out. To register, go to http://vets100.cudenver.edu/. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Kim Hannan, no later than 4:00 P.M. eastern daylight time on 08 Sept 2008. Contact Kim Hannan, Purchasing Agent, at 301-619-7551 or FAX 301-619-6646. Wanda Harper, Contracting Officer 301-619-6652.
Bid Protests Not Available