Federal Bid

Last Updated on 16 May 2015 at 8 AM
Combined Synopsis/Solicitation
Center Kentucky

HEART LUNG PERFUSION SYSTEM

Solicitation ID W81K0015T0181
Posted Date 17 Apr 2015 at 2 PM
Archive Date 16 May 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Southeast Regional Contracting Office
Agency Department Of Defense
Location Center Kentucky United states
Solicitation W81K00-15-T-0181 for purchase request GFEBS 0010661788 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Size standard is 500. This RFP is being issued as Firm Fixed Price, RESTRICTED SMALL BUSINESS SET-ASIDE.

The requirement of this solicitation is for a Heart/Lung Perfusion System at Eisenhower Army Medical Center, Fort Gordon, GA. One time purchase. Delivery 30 days after receipt of order.

Quotes are due by 1 May 2015 at 12:00 pm Eastern Standard Time. Questions must be submitted via email not later than 24 April 2015 (no questions will be entertained after this date). Quotes and questions shall be submitted via email to [email protected].


CLIN 0001 Perfusion Pump 115V 60 HZ
QTY: 4 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________

CLIN 0002 Computerized Perfusion Controller
QTY: 1 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________

CLIN 0003 Six Position Console Base 115V 60 Hz
QTY: 1 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________

CLIN 0004 LED Lamp
QTY: 1 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________

CLIN 0005 Main Mast "C" Bar Extension
QTY: 1 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________

CLIN 0006 Venous Line Occluder
QTY: 1 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________

CLIN 0007 Venous Line Occluder Spacer For Centrifugal Plate
QTY: 1 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________

CLIN 0008 Storage Drawer For 4-6 Position Console
QTY: 1 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________

CLIN 0009 Linear/1 230v UPS Battery Backup
QTY: 1 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________

CLIN 0010 Trade-In Allowance for Used 8000 Total One System
QTY: 1 EACH; UNIT PRICE: __________ TOTAL AMOUNT: ___________


Total: _____________________

 

SALIENT CHARACTERISTICS

System must have Arterial Pump

System must have Cardioplegia Delivery

System must have roller & base options

System must have pressure, route, composition, flow control, temperature, additives and arrest

System must have precision pressure and temperature management

System must provide superior air detection

System must be able to pump blood once heart is stopped

System must reduce myocardial edema

System must systemic hemodilution

System must reduce blood usage

System must improve K+ management

System must improve glucose management

System must enhance safety

 

Place of Performance:
Eisenhower Army Medical Center
Bldg 300, East Hospital Road
Fort Gordon, GA 30905-5000
UNITED STATES


The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offeror - Commercial Items (FEB 2012). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation.

See provision 52.252-1 for locations where full text can be obtained. 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following:

1. Evaluation Process. The Government will issue a single order to the responsible contractor whose proposal, conforming to the solicitation, is the Lowest Priced, Technically Acceptable (LPTA). Award is on an all or none basis.

Technical acceptability and price.

1. Technical acceptability: Technical capability ratings reflect the Government's confidence in each vendor's item, as demonstrated in its submission, to meet the salient characteristics set forth in the solicitation. The Government will make an independent judgment of the acceptability. Explain how your company will meet the terms of the solicitation for the items as specified in the solicitation. Prospective contractors shall demonstrate that the items offered complies with the technical requirements described by submission of product literature, and written capability statement with their offer. This written capability statement must be submitted with offer and not exceed 10 pages. To receive consideration for award, a rating of no less than Acceptable must be achieved in technical acceptability.

The following adjectival ratings will be used in evaluating each written technical capability proposal:
Acceptable - To receive this rating, the vendor's items shall meet the salient characteristics set forth in the solicitation.
Unacceptable - An unacceptable rating will be assessed on any vendor that presents items that demonstrate any of the following:
1. Failure to meet the salient characteristics set forth herein (see page 2).
1a. Failure to provide sufficient detail for the Government to determine whether the items satisfactorily meet the requirements of this solicitation.

2. Price. Price will be reviewed to determine fairness and reasonableness.

Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions.

3. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


Potential contractors must be registered in the System Award management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. IAW 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov.

Offers are due by 1 May 2015, 12:00 PM, EST. Submit offers via email to [email protected], facsimile (706) 787-5681 or mail.

Contracting Office Address:
Southern Region Contracting Office (SRCO)
39706 40th Street
Fort Gordon, GA 30905
Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438

The following stand alone discretionary FAR and DFARS provisions are necesssary:
52.211-6 - Brand Name Or Equal (AUG 1999)
52.225-25 - Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification (DEC 2012)
52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998).
52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement
(48 CFR Chapter 2).
252.203-7005 - Representation Relating To Compensation Of Former DoD Officials (NOV 2011).
252.204-7011 - Alternative Line-Item Structure (SEP 2011)
52.212-4 -- Contract Terms and Conditions - Commercial Items, applies to this acquisition (JUN 2010) and Addendum to 52.212-4--(u) The non-FAR Part 12 discretionay FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this 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.
52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013)
52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (AUG 2013).
52.222-50 -- Combat Trafficking in Persons (FEB 2009).
52.223-3 - Hazardous Material Identification And Material Safety Data (JAN 1997)
52.223-5 - Pollution Prevention and Right-To-Know Information (MAY 2011)
52.223-18 - Contractor Policy to Ban Text Messaging While Driving (AUG 2011).
52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008).
52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003).
52.232-39 - Unenforceability Of Unauthorized Obligatiojns (JUN 2013)
52.232-40 - Providing Accelerated Payments To Small Business Subcontractors (DEC 2013)
52.233-3 - Protest After Award (AUG 1996).
52.233-4 - Applicable Law for Breach of Contract Clalim (OCT 2004).
252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (SEP 2011).
252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (SEP 2013).
252.204-7003 - Control of Government Personnel Work Product (APR 1992).
252.225-7048 - Export Controlled Items (JUN 2013)
252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (JUN 2012).
252.232-7010 - Levies on Contract Payments (DEC 2006).
52.219-28 - Post-Award Small Business Program Representation (JUL 2013).
52.252-2 - Clauses Incorporated by Reference (FEB 1998).
52.252-6 -- Authorized Deviations in Provisions (APR 1984). " DoD FAR Supplement (48 CFR Chapter 2)."
252.204-7008 - Export-Controlled Items (APR 2010).
252.204-7012 - Safeguarding Of Unclassified Controlled Technical Information (NOV 2013)
252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Exxecutive Orders Applicable to Defense Acqusitions of Commercial Items (DEC 2010) (DEVIATION).
252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010).
INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link.

 

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 05 Sep 2006 at 4 AM
Fort gordon Georgia 11 May 2015 at 6 PM
San diego California 02 May 2007 at 4 AM
New york New york 03 Jun 2021 at 6 PM
Minneapolis Minnesota 12 Mar 2002 at 5 AM

Similar Opportunities

Location Unknown 11 Jul 2025 at 5 PM
Location Unknown 11 Jul 2025 at 5 PM
Location Unknown 11 Jul 2025 at 5 PM