Ohio Bids > Bid Detail

Automated Endoscope Re-processor with Air Compressor

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159171992211198
Posted Date: Dec 12, 2022
Due Date: Dec 19, 2022
Solicitation No: FA860123Q0049
Source: https://sam.gov/opp/a7843cbbc8...
Follow
Automated Endoscope Re-processor with Air Compressor
Active
Contract Opportunity
Notice ID
FA860123Q0049
Related Notice
FA860123Q0049
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 12, 2022 01:44 pm EST
  • Original Date Offers Due: Dec 19, 2022 01:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

COMBINED SYNOPSIS/SOLICITATION





This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for Medivator Automated Endoscope Reprocessing System as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.





This will be a competitive FAR Part 13 acquisition using simplified acquisition procedures and is not subject to FAR 15.3 source selection procedures. Accordingly, the Government is not obligated to determine a competitive range, conduct discussions with all or any Offerors, solicit final proposal revisions, or use other techniques associated with FAR 15.3. The Contracting Officer reserves the right to conduct Interchanges with one, some, none or all Vendors at its discretion.





This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2022-07, effective 10 August 2022; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20221028, effective 28 October 2022; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2022-0502, effective 2 May 2022.



This announcement constitutes the combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the lowest priced Offeror who submits a proposal that:





1. Conforms to the requirements of the combined synopsis/solicitation.



2. Receives a rating of “Acceptable” on the Technical Capability evaluation factor.



3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.





*Please include the total proposed price in the submission email or on a cover page of the quote.





Submittal of quotes in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website https://www.acquisition.gov/.





The combined synopsis/solicitation number for this requirement is FA8601-23-Q-0049 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.





The associated North American Industrial Classification System (NAICS) code is 339112 with a small business size standard of 1000 employees. This acquisition is set-aside 100% for Service Disabled Veteran Owned Small Business Concerns and only qualified offerors may submit quotes.





NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing





Small Business Size Standard: 1000 Employees





Acceptable means of Submission: All submissions must be submitted electronically to the following email address brian.algeo.1@us.af.mil or shannon.scott.4@us.af.mil by Monday, 19 December 2022 1:00 P.M. EST.





Any correspondence sent via e-mail must contain the subject line “FA860123Q0049-Automated Endoscope Re-Processor with Air Compressor” The entire proposal must be contained in a single e-mail, unless otherwise approved, including attachments. Please note: due to the e-mail server, any e-mails that exceed 5 megabytes might not go through. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation e-mail within 24 hours of submitting the proposal, please call or e-mail the point of contact listed on the solicitation.





Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. Failure to agree to the terms & conditions may result in the proposal to be determined non-responsive and as a result may not be selected for award. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.





Delivery Schedule: 4 weeks after contract award





Delivery Destination: WPAFB MTF, Otolaryngology Clinic



Attn: SrA. Aaliyah Villalobos



4881 Sugar Maple Drive



Building 830



Wright Patterson AFB, OH 45433





Delivery Type: FOB Destination (As defined in FAR 2.101—Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)





Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.



Requirement:



ENT Clinic, (1) Automated Endoscope Reprocessing System:







o Size – 62Hx45Wx36D



Design - Advantage Plus ADV 1007 with air compressor





o Performance Requirements – High Level Disinfection capability.





o Accessories – * Adv Su Rap Pa 110V w/AIR (ADV1007)



* Install, Advantage Plus Business Day ( INS1004)



* Rapicide Pa, Assembly 2/Ca (ML020117)



* Model M102-0118 Test Strips Rapi Pa 2X100 2/Pk





(ML020118)



* Spill Kit Rap Pa (78400974)



* Assy, Hookup Rac, Short (78400974)



* Model 2-8-030 Assy, Hookup, Pentax-0K



* Model 2-8-040 Assy, Hookup Storz-0K



* Model Cas-1000 Assy, Cassette, Transport (CAS1000)



* Model M102-0106 Intercept Detergent 4 x1/Ca (ML020106)





* ADVANTAGE PLUS™ Endoscope Reprocessor Complete Filter Package - MF01-0072 Filter package includes: Air filter (1/pkg of 8), Basin drain filter (2/pkg of 12), 0.4μ Pre-filter (4), 1μ Pre-filter (4) and 0.1μ Bacterial-retentive absolute filter (2). .





*Air Filter (8 filters/box) - MF01-0028 Change filters on both sides every 6 months. Filter pkg will last approximately 12 months.





*Reusable Mesh Spray Arm Filter (one each) - 43100-254 This filter is located between the overflow valve and is part of the drain manifold assembly, one filter is used per each side.





*Basin Drain Filters (12 filters/box) - MF01-0059 Change once per month. They are located inside of each basin at the drain. Remove these filters with: Basin Drain Filter Hook Part # 5-6-170.





*0.1 Micron Absolute Bacteria Retentive Water Filter (one each) - MF01-0069 This filter is located outside the ADVANTAGE PLUS Reprocessor.





*0.4 Micron Water Filter (one each) - MF01-0071 This filter is located outside the ADVANTAGE PLUS Reprocessor. When looking at the pre-filtration system, it is the filter in the middle of the pre-filtration system in between the 1 micron and the 0.1 micron. Change is pressure related, water pressure must be 35 psi or above.





*1 Micron Water Filter (one each) - MF01-0070 This filter is located outside the ADVANTAGE PLUS Reprocessor. When looking at the pre-filtration system, it is the filter located on the far right. Change is pressure related, water pressure must be 40 psi or above.





*Active Vapor Management (Charcoal) Replacement Filter (one each) - MF01-0068 If an Active Vapor Management system (AVM) is installed, it is located behind the machine. The AVM pulls harmful chemical vapors away from the user and passes it through this carbon filter, which neutralizes the vapors.





* RAPICIDE™ PA Disinfectant (Two - 5 liter bottles each of Part A and Part B/case) - ML02-0117 The ADVANTAGE PLUS Reprocessor fits one each of Part A and Part B inside the system and each bottle connects to a specific uptake tube for accurate chemical mixing. Approximately 44 cycles per case.





* RAPICIDE™ PA Indicator Test Strip (2 bottles/case, each bottle has 100 strips) - ML02-0118





* INTERCEPT™ Detergent (4 - one gallon bottles/case) - ML02-0106 Endoscope detergent for pre-cleaning, proven to reduce biofilm. Use only one ounce (1 full pump) of INTERCEPT™ Detergent in three (3 ) gallons of water.





* INTERCEPT™ Wipes (4 containers/case, each container has 100 wipes) - ML02-0107 INTERCEPT™





• Configuration- N/A



• Installation & Testing-Installation is required/ testing of equipment prior to acceptance



• Training – Training is necessary and will be provided at no charge



• Warranty –Standard Manufacturer’s Warranty



• Standards, guidelines or approvals – N/A





The anticipated award is Firm-Fixed Price. (Lowest Price Technically Acceptable)





Basis for Award: The Government will award a contract resulting from this RFQ to the responsible Offeror whose offer conforms to the requirements outlined in Attachment 1 (SOW) and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers.





Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation.





Price: The Government will evaluate the price by adding the total of all line item prices, including all options.





The proposals may be in any format but MUST include:





1. Proposing company’s name, address, DUNS number, Cage Code, and TIN.



2. Point of contact’s name, phone, and email.



3. Proposal number & date.



4. Timeframe that the proposal is valid.



5. Individual item price.



6. Total price (Net 30), No Progress Payments.



7. Shipping (FOB Destination).



8. Completed copy of representations and certifications (Attachment 2)







Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1). The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation.







Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow – Receipt and Acceptance (WAWF – RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.





ADDITIONAL INSTRUCTIONS TO OFFERORS





The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows:



(a) North American Industry Classification System (NAICS) code and small business size standard are as specified above.



(b) Submission of offers is as prescribed in the text of this combined synopsis/solicitation.





Proposal Detail: Quotations MUST contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed in the SOW. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation.





Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired.









Attachments:




  1. Statement of Work

  2. CLIN Structure, Clauses and Provisions











Please direct all questions to:





Shannon Scott, shannon.scott.4@us.af.mil





Brian Algeo, brian.algeo.1@us.af.mil


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >