The RFP Database
New business relationships start here

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.


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 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This is a solicitation W91YU0-15-T-0198 of Purchase Request 0010658594 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-80.

The associated North American Industrial Classification System (NAICS) code for this procurement is 423450; Size Standard for small business is 500 employees.

This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. These items/supplies are for use at General Leonard Wood Army Community
Hospital, Ft. Leonard Wood, MO 66473. The estimated delivery date is May 1, 2015.

ALL PRODUCTS MUST BE FDA APPROVED, AND MEET THE MTF REQUIREMENTS.

All responsible Contractors shall provide an offer for all of the following.
High level Disinfectant System that is Hydrogen Peroxide based

LINE ITEM 0001: Trophan Sonex Chemical Indicator 8 EA

LINE ITEM 0002: Training on Site 1 EA

LINE ITEM 0003: Warranty 8 EA

Salient Characteristics

1)Shall be at a maximum 19.3 quote mark H x 13.6 quote mark W x 13.6 quote mark D / 38 lbs. due to space and weightrestrictions.
2)Shall contain an interface screen
3)Shall contain an automated, hazard free high level disinfection
4)For Patient safety, system shall be fully contained (designed to be placed at POC)
5)Shall be capable of having ONLY Water and oxygen as bi-products
6)Shall contain display features menu to adjust date and time, monitor fluid expiration,and monitor HLD cycle progress
7)Shall contain software to monitor HLD.
8)Shall contain an audible alarm that sounds at completion of 7 minute HLD cycle.
9)Shall be capable of communicating to add on printer for logging disinfection.Printouts shall include serial number, time & date of disinfection, and whether HLDwas achieved
10) Shall contain Connect software application.
11) Shall contain a transducer handle that is HLD
12) Shall provide on-line training competency certification for end users
13)Compatible with ultrasound probes currently used in the Hospital.

EVALUATION OF FACTORS:

Award will be made based on Technical Acceptable Only.
The evaluated price will be the total price of the quote,

Technical Factors are more important than Price. Price must be determined to be fair and reasonable.

The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov.

The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- 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, 52.217-9 Option to Extend the term of the Contract, 52.219-28 Post Award Small Business Program Representation, 52.232-18 Availability of Funds, 52.232-36 Payment by Third Party; 52.232-39 Unenforceability of Unauthorized obligation; 52.232.40 providing Accelerated payments to Small Business Subcontractors; ,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 1and . Non-Defense Health Agency (Non-DHA) Health Insurance Portability
and Accountability Act (HIPAA) Business Associate Agreement (BAA) (7 July 2014)
Introduction (Local Provision 5001). The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature.

Clauses Incorporated by Reference. 52.211-6 Brand Name or Equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program 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, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement.

The following DFARS clauses apply, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7048 Export Controlled Items ; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation.

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

All vendors will be required to submit invoicing through theInvoicing, Receipt, Acceptance and Property Transfer (iRAPT) - formerly known as WAWF

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

Place of Delivery:
General Leonard Wood Army Community Hospital
126 Missouri Ave PBO Bldg 310
Ft. Leonard Wood, MO 65473

ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL TO amparo.p.sierra.civ@mail.mil
LATE SUBMISSON OF QUOTES AFTER THE CLOSING DATE WILL NOT BE ACCEPTED.

Amparo Sierra, 360-486-0715

Western Regional Contracting Office

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP