Federal Bid

Last Updated on 07 Nov 2008 at 9 AM
Combined Synopsis/Solicitation
Houston Texas

65--Renal Supplies

Solicitation ID W81NWY8130491
Posted Date 03 Sep 2008 at 3 PM
Archive Date 07 Nov 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Regional Health Contract Off Central
Agency Department Of Defense
Location Houston Texas United states 78234
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. Combined Synopsis/Solicitation W81NWY8130491 is issued as a request for quotation (RFQ). This requirement is subject to the availability of funds. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is solicited on an unrestricted basis for NAICS 339113, size standard 500 employees. All responsible sources may submit a quotation which shall be considered by the agency. Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. Award will be all or none. FAR provisions and clauses can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html

The requirements of this solicitation are for Renal Supplies to be ordered on an as-needed basis during the period 01 October 2008 through 30 September 2009. Delivery is to Brooke Army Medical Center, Fort Sam Houston TX 78234, FOB Destination.

The Government will pay for items received and accepted. Payment will be via the Government-wide Purchase Card.

Item no. 0001: HF1400 SET, PRISMAFLEX, Gambro Renal Products no. 8399040 or equal, 400 cases, (four per case).

Salient characteristics:
Preconnected hemofilter set, weight 820 g, overall dimensions 27 x 22 x 9 cm, blood volume in set +- 10% = 186ml, PAES hollow fiber: polyarylethersulfone, filter housing and headers: polycarbonate, filter potting compound: polyurethane, tubing material: plasticized polyvinyl chloride (PVC), cartridge: PETG, sterilization mode: EtO (ethylene oxide), maximum TMP (mmHg/kPa): 500/66.6, minimum blood flow rate: 100 ml/min. Filter data: 1.40 square meter effective surface area, fiber internal dianmeter (wet): 215um, fiber wall thickness: 50 um. In-vitro performance: Blood pressure drop (in post dilution mode) (bovine blood, Hematocrit 32%, Pc=60 g/l, T=37 degrees C), QB=100 ml/min QUF=2 l/h: 29 mmHg, QB= 200 ml/min-QUF=2 l/h: 41mmHg, QB=400 ml/min-QUF=2 l/h: 64mmHg. Seiving coefficient (bovine plasmak, PC 60 g/l, T=37 degress C), QB =300 ml/min, QUF=60 ml/min, Urea=1, Creatinine=1, Vitamin B12=1, Inulin=0.99, Albumin less than 0.01. Compatible with Prismaflex System Control Unit.

Item no. 0002: M100 SET, PRISMAFLEX, Gambro Renal Products no. 8353520 or equal, 400 cases, (four per case).

Salient characteristics:
Slow continuous ultra filtration, continuous venovenous hemofiltration, continuous venovenous hemodialysis, and continuous venovenous hemodifiltration capable, preconnected henmofilter and fluid circuitry, no blood/air interface, low extracorporeal blood volume, AN69 hemofilter membrane, 450/60 mmHg/kPa maximum transmembrane pressure, 50 ml/min minimum blood flow rate, 500/66.6 mmHg/kPa maximum blood pressure. Compatible with Prismaflex System Control Unit.

Item no. 0003: MICROPUR TABLETS, Gambro Renal Products no. 99607250 or equal, 4 cases, (ten per case).

Salient characteristics:
Sodium choloride, sodium nitrate, silver chloride, penetrates and kill cysts, viruses, bacteria, protozoa, worm eggs, and giardia. Compatible with Prismaflex System Control Unit.

Item no. 0004: Y CONNECTOR ACCESSORY, Gambro Renal Products no. SP-127 or equal, 100 cases, (twenty-five per case).

Salient characteristics:
Y-connector, 2 male luers with spikes. Compatible with Prismaflex System Control Unit.

Item no. 0005: SPIKE ADAPTER ACESSORY, Gambro Renal Products no. SP-C13 or equal, 10 cases, (seventy-five per case).

Salient characteristics:
Spike adaptor compatible with Prismaflex System Control Unit.

Item no. 0006: PRISMASATE BK22GK4/0, Gambro Renal Products no. 6057002 or equal, 500 cases, (two per case).

Salient characteristics:
Dialysate formula, sterile, bicarbonate based solution, 5-liter two compartment bag containing electrolytes and bicarbonate, 1.5 mEq/L magnesium MG2+, 140 mEq/L sodium Na+, 4 mEq/L potassium K+, 120.5 mEq/L chloride Cl, 3 mEq/L lactate, 22 mEq/L bicarbonate HCO3, 110 mg/dL glucose, 296 mOsm/L osmolarity. Compatible with Prismaflex System Control Unit.

Item no. 0007: PRISMASATE BK0/3.5, Gambro Renal Products no.6054351 or equal, 600 cases, (two per case).

Salient characteristics:
Dialysate formula, sterile, bicarbonate based solution, 5-liter two compartment bag containing electrolytes and bicarbonate, 3.5 mEq/L calcium Ca2+, 1.0 mEq/L magnesium MG2+, 140 mEq/L sodium Na+, 109.5 mEq/L chloride Cl, 3 mEq/L lactate, 32 mEq/L bicarbonate HCO3, 287 mOsm/L osmolarity. Compatible with Prismaflex System Control Unit.

Item no. 0008: SP-418 9 LITER DRAIN BAGS, Gambro Renal Products no. SP-418 or equal, 500 cases, (thirty per case).

Salient characteristics:
9 liter effluent bag. Compatible with Prismaflex System Control Unit.

Item no. 0009: Y CONNECTOR ASSEMBLY, SINGLE NEEDLE SET, Gambro Renal Products no. S-194C or equal, 8 cases, (fifty per case).

Salient characteristics:
Y-connector, 2 female luers, for use with single needle set. Compatible with Prismaflex System Control Unit.

FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order.
Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote.

Evaluation of Quotations:

a. The Government will issue an order resulting from this solicitation to the responsible contractor with satisfactory past performance whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes:

Technical acceptability and price.

1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation.

2. Price.

3. Vendors shall submit quotes to the following address:

Great Plains Regional Contracting Office
MCAA-GP BAMC / Attn: James Metzger
3851 Roger Brooke Drive, Room L31-9V
Fort Sam Houston, TX 78234-6200

Quotes must be submitted to the mailing address above; by fax: (210) 221-5359 or (210) 221-3446, Attn: James Metzger; or email: [email protected]

4. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote.

The following FAR and DFARS provisions and clauses apply to this solicitation:
FAR 52.211-6 [Brand Name or Equal]; 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 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] with these sub clauses: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.219-8 [Utilization of Small Business Concerns], 52.222-3 [Convict Labor], 52.222-19 [Child Labor Cooperation with Authorities and Remedies], 52.222-21 [Prohibition of Segregated Facilities], 52.222-26 [Equal Opportunity], 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], 52.222-36 [Affirmative Action for Workers with Disabilities], 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees], 52.222-50 [Combating Trafficking in Persons]; 52.225-3 [Buy American Act-Free Trade Agreements-Israeli Trade Act], 52.225-13 [Restrictions on Certain Foreign Purchases], 52.232-36 [Payment by Third Party]; DFARS 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; 252.212-7000 [Offeror Representations and Commercial Items]; 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with these sub clauses: 52.203-3 [Gratuities], 252.225-7001 [Buy American Act and Balance of Payments Program], 252.225-7012 [Preference for Certain Domestic Commodities], 252.243.7002 [Requests for Equitable Adjustment], 252.247-7023 [Transportation of Supplies by Sea]. In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 [Preference for Domestic Specialty Metals, Alternate I], 252.237-7019 [Training for Contractor Personnel Interacting with Detainees], 252.247-7023 [Transportation of Supplies by Sea], 252.247-7024 [Notification of Transportation of Supplies by Sea].

Full Text Clauses: 52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause)

The closing date and time of this solicitation is 08 September 2008, 4:00 p.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: James Metzger, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 221-5359, Attn: James Metzger; e-mail: [email protected]). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: James Metzger, telephone: (210) 221-5022; email: [email protected]
Bid Protests Not Available

Similar Past Bids

Houston Texas 03 Sep 2008 at 12 PM
Location Unknown 07 Apr 2014 at 12 PM
Location Unknown 09 Jun 2003 at 5 AM
Location Unknown 15 Sep 2005 at 5 AM

Similar Opportunities

Prairie du sac Wisconsin 18 Jul 2025 at 7 PM
Edinburg Texas 01 Nov 2025 at 4 AM
Leavenworth Kansas 31 Jul 2025 at 8 PM
North kingstown Rhode island 11 Jul 2025 at 2 PM