The RFP Database
New business relationships start here

Automated Endoscopic Reprocessor


Washington, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This is a solicitation, no. W81K02-16-T-0078, Purchase Request 0010825394, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510; Size Standard for small business is 1,250 employees. RFQ is being issued as UNRESTRICTED. This requirement is for an Automated Endoscopic Reprocessor to be used at Weed Army Community Hospital FT Irwin CA. The proposed purchase order is a one-time procurement for LINE ITEMS 0001 through 0015.
All responsible Contractors shall provide an offer for the following Brand Name or
Equal Products:

LINE ITEM 0001: Operator Training EA 00001
LINE ITEM 0002: Active Vapor MGT EA 00001
LINE ITEM 0003: Printer System EA 00001
LINE ITEM 0004: Plus SS with Compressor EA 00001
LINE ITEM 0005: 2-8-112HANAssy, Hookup Oly - 1K EA 00001
LINE ITEM 0006: 2-8-511HAN Assy, Hookup Oly EA 00002
LINE ITEM 0007: 2-8-611HAN Assy, Hookup Oly EA 00002
LINE ITEM 0008: Assy, Hookup Storage Box EA 00001
LINE ITEM 0009: 2-8-213HAN Assy, Hookup Oly -2K EA 00002
LINE ITEM 0010: INS-1004 Install ADV BD EA 00001
LINE ITEM 0011: Intercept Detergent 4 x 1 EA 00001
LINE ITEM 0012: Kit, Intercept Uptake 1G EA 00001
LINE ITEM 0013: Rapicide PA, Assembly EA 00006
LINE ITEM 0014: Test Strips Rapi PA 2 x 100 EA 00001
LINE ITEM 0015: Trade-In-Allowance for Discount if any (list discount, EA 00001
on equipment trade - In indicate if applied to pricing) If none state "No Discount, No Trade-In".



SALIENT CHARACTERISTICS:


Asynchronous; dual reprocessing basins, individual channel connectivity and channel blockage monitoring, continuous leak testing and automated alcohol flush, extensive cycle data management for scope-specific cycle programming, operation and cycle data documentation. Single-use, environmentally friendly Rapicide PA peracetic acid high-level disinfectant effectively kills CRE. FDA-cleared cleaning claim eliminates the need for manual cleaning. Remote diagnostics service capabilities for fast technical support networking capabilities for centralized data collection of multiple advantage machines and sites. Water pre-filtration system and optional printer, air compressor and vapor management system. PC-based system with large, flat screen monitor, mouse and keyboard, barcode reader and hands=free lid operation. The feature of this machine that this has the ability to perform includes processing scopes from different companies, with the ability to process Bronchoscopes. Requires Advantage Hookup Connector Blocks designed for endoscopic-specific connections. A computerized detection system eliminates human error in the selection and connection of hook-ups.


Delivery shall be FOB Destination to Weed Army Community Hospital FT Irwin CA. Pricing quote shall include all applicable freight and fees.


EVALUATION OF FACTORS:


Award will be made based on Technically Acceptable, Lowest price.
The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation.


Technical Factors are more important than price; however price must be determined to be fair and reasonable.


The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.232-33 Payment by Electronic Funds, 52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature.
The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Re-representation, 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, 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, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy


The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials, 242.203-7002 Requirements to inform employees of whistleblower rights, 252.204-7003 Control of Government personnel work product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation),252.204 7015 Disclosure of Information to Litigation support contractors, 252.211-7003 Item Unique Identification and Valuation, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program, 252.225-7048 Export Controlled Items, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea, 252.244-7000 Subcontracts for Commercial Items and Commercial Components.


The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.af.mil .


All vendors will be required to submit invoicing through the Wide Area Work Flow Suite electronic invoicing system, known as IRAPT (formerly WAWF).


Submission of RFQ's: Contractor Quotes will be accepted via email, or by fax on company logo documentation with the above SOLICITATION NUMBER, using Line Item Structure, DATE & CONTRACTOR'S SIGNATURE. Failure to submit under this format will result in non-acceptance of your Quote.
Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov . Offers are due by; 27 May 2016 @ 12:00 PM, Pacific Standard Time. Submit signed and dated offers via fax to Walter Bischoff at (360) 360-0787 or email: walter.j.bischoff.civ@mail.mil.
.
Contracting Office:


Regional Health Contracting Office-Pacific
Joint Base Lewis-McChord (JBLM), Health Contracting Cell,
673 Woodland Square Loop SE, Suite 101
Lacey WA 98503


Place of Delivery:


Weed Army Community Hospital
BLDG 178 Inner Loop Road
Fort Irwin CA 92310-5109


If there are any questions, please present your questions BY EMAIL to; Walter J. Bischoff; Email: walter.j.bischoff.civ@mail.mil


Walter J Bischoff, Purchasing Agent, Phone 3604860707, Email Walter.j.Bischoff.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP