4 Philips IntelliVue MX500 monitor and accessories (Brand Name)
STREAMLINED SOLICITATIONFOR COMMERCIAL ITEMS COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: 4 Philips IntelliVue MX500 monitor and accessories (Brand Name) This is a combined synopsis/solicitatio... STREAMLINED SOLICITATIONFOR COMMERCIAL ITEMS COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: 4 Philips IntelliVue MX500 monitor and accessories (Brand Name) 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. The solicitation number is NIMH20003785 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; FAR Subpart 13.5—Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated December 2018. The associated NAICS code 541519: Other Computer Related Services. This requirement is a small business set aside. Purpose and Objectives: The purpose of this requirement is to acquire four (4) Philips MX500 monitors and accessories. Background: The VRMB at NIMH supports investigators who use marmosets in their research into the causes, treatment, and prevention of mental health disorders. As part of the many different research projects, surgical procedures are need. Due to the complex and specificity of monitoring small animals during surgical procedures, appropriate monitoring equipment is needed. The NIMH/VMRB has been given new surgical suite space located in building 49. This new surgical space will support the many research programs within NIMH and provide new resources and space to fulfill research objectives. The new space will need to acquire equipment and supplies to support these research goals. Project requirements: The Contractor shall provide four (4) Philips MX500 monitors and accessories (Brand Name) to the following specifications: 86604-NAM/SL1 INTELLIVUE MX50 Monitors – 4 each E24- ONE LITHIUM ION BATTERY – 4 each J15- ADAPTIVE SECONDARY DISPLAY – 4 each 867036/B06- INTELLIVUE MMX, B06 DUAL PRESS AND TEMP – 4 each SP1- FAST SPO2 – 4 each SC1- SYSTEM CABLE - 0.75 M – 4 each M1624A- CBL UNSHIELDED 3 LD MINICLIP AAMI 0.7M – 4 each M1669A- CBL 3 LEAD ECG TRUNK, AAMI/IEC 2.7M – 4 each M2524A- SMART CAPNOLINE, PEDIATRIC – 4 each 989803167551- NEONATAL SOFT SINGLE-PATIENT NIBP CUFFS – 4 each M1572A- REUSABLE NIBP COMFORT CUFF/PEDIATRIC. - 2 each M1597C- NEONATAL NIBP AIR HOSE 3.0M - 2 each M1599B- ADULT PRESSURE INTERCONNECT CABLE 3.0M - 2 each M1192T- REUSABLE SPO2 SENSOR PEDIATRIC - 2 each M1196T- REUSABLE CLIP ADULT SPO2 SENSOR - 2 each M1943AL- SP02 8-PIN D-SUB ADAPTER CABLE 3M (8PIN) – 4 each M1134A- ADHESIVE-FREE NEO/INF/ADULT SPO2 SENSOR – 4 each 989803178001- CAPNOLINE H O2 INFANT/NEONATAL – 2 each 989803205381- Nasal Alar SpO2 Sensor FAST Only, (20/BOX) – 4 each 989803183141- MICRO NEOLEAD, AAMI RADIO LEAD – 4 each 21082B- SHORT EXTENSION CABLE – 4 each M1837A- ESOPHAGEAL/RECTAL TEMPERATURE PROBE – 4 each 989803191081- PHILIPS WATER TRAP – 8 each 866173- INTELLIVUE G7M ANESTHESIA GAS MODULE – 4 each 867041- INTELLIVUE MICROSTREAM EXTENSION – 4 each B06- ADD DUAL IBP, TEMP – 4 each M1116C- THERMAL ARRAY RECORDER MODULE – 4 each 21082A- LONG EXTENSION CABLE – 4 each MXU0462- ROLL STAND KIT MP40-70, MX400-800 – 2 each 989805710139- LABOR INSTALLATION & IMPLEMENTATION – 2 each 890539- CLINICAL CONFIG. & IMPL. SERVICES (CMS) – 1 each A03- 3 CONSECUTIVE STANDARD SHIFTS - 1 each Salient characteristics: The Contractor shall provide Anesthetic monitoring equipment with the following specifications: • Heart rate monitoring, either through ECG or Pulse Oximetry, must be able to reliably detect a heart rate up to 350bpm. • Size of ECG electrode must be small enough (~2.0cm) to be used on a very small patient without the need to trim electrode. • Must be able to deliver an ECG derived respiratory rate. • End Tidal C)2 must be able to be measured with a sidestream sampling method that will allow a very low flow rate of 50ml/min or less. • Must have the ability to measure anesthetic gases. • Non-invasive blood pressure must be able to reiliably measure BP for paitents as small as 200g. • Pulse oximetry measurements must be able to be detected with a quick (less than 10 seconds) timeframe. Anticipated Date of Delivery: 60-90 days after receipt of order The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition. (a) The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on the evaluation of responses to determine if, as submitted, the proposal is technically acceptable. Options. N/A (c) 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. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition. The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.” All responses must be received by 06/15/2020 by 12PMEST and reference number NIMH20003785. Responses may be submitted electronically to Thien Nguyen at thien.nguyen2@nih.gov and Valerie Whipple at Valerie.Whipple@nih.gov Fax responses will not be accepted. The name and telephone number of the individual to contact for information regarding the solicitation. Thien Nguyen Thien.Nguyen2@nih.gov 301-827-0914
Data sourced from SAM.gov.
View Official Posting »