Skip to main content

An official website of the United States government

You have 2 new alerts

Patient Monitoring & Capital Equipment-SPE2D1-17-R-0001-Amendment 12

General Information

  • Contract Opportunity Type: Special Notice (Updated)
  • Updated Published Date: Aug 18, 2022 11:56 am EDT
  • Original Published Date: Aug 18, 2022 11:52 am EDT
  • Updated Response Date: Sep 30, 2022 02:00 pm EDT
  • Original Response Date: Sep 30, 2022 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 01, 2022
  • Original Inactive Date: Oct 01, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6520 - DENTAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:

Description

The Defense Logistics Agency Troop Support Medical Supply Chain (DLA) is responsible for the acquisition and
management of patient monitoring Pharmacy Automation, Anesthesia and Anesthesia Monitoring Systems, Infant
Care and Critical Care equipment, systems, subsystems, and components along with maintenance services,
training, and incidental services related to the supply of the equipment for customers located in the United States
and worldwide. The objective of this solicitation is to establish the next generation of the PMCE program with
multiple award Indefinite Delivery/Indefinite Quantity contracts utilizing FAR 16.505 (b) multiple-award ordering
procedures.

The Scope of the program is as follows: The PMCE program will consist of (5) main categories of equipment to
include Patient Monitoring, Pharmacy Automation, Anesthesia and Anesthesia Monitoring Systems, Infant Care
and Critical Care. Patient Monitoring systems include but are not limited to Bedside Monitoring (Modular &
Bedside); Fetal Monitoring (Bedside & Central); Transport (Vital Signs) Monitoring; Central Monitoring (Bedside &
Telemetry); Specialty Monitoring (Cardiac Catheterization Systems, Angiographic Monitoring Systems, Magnetic
Resonance Systems, Full Disclosure Systems, Cardiology Management/Analysis Systems), Holter Monitors,
Telemetry Systems, Clinical Information Systems, Ventilators, Electrocardiograph (ECG) Systems,
Electroencephalographs (EEG), Defibrillators and Defibrillator/Monitors (Automated External Defibrillators (AED) &
Defibrillator/Monitors), Stress Test Systems (Treadmills & Stress Test Monitors). Pharmacy Automation will
include: (Pharmacy Systems, Inpatient/Outpatient, Point of Use Systems, Refill Center Systems and Patient
Queuing Systems). Anesthesia and Anesthesia Monitoring Systems include anesthesia machines and anesthesia
monitoring devices. Infant Care includes infant warmers, incubators and other infant care devices. Critical Care includes ventilators, defibrillators, and other equipment. All categories of equipment may include Upgrades, Repair Parts, Software, Accessories, Maintenance and Other related equipment.

Incidental services are standard commercial services that the contractor may be asked to perform in connection
with supplying items under the scope of the contract. What constitutes an incidental service is fact specific and
will be a function of factors such as type of service, amount charged for the service, dollar amount charged for the
supplies, existence of a close relationship between the service and the item supplied, and the time required to
perform the service.


Maintenance, calibration or repair of certain equipment that meets all the conditions set forth in FAR 22.1003-4 (c)
(1)(ii.) are allowable as long as the vendor provides full certification under FAR 52.222-48 - Exemption from
Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of
Certain Equipment - Certification (MAY 2014). Third party multivendor maintenance is allowable if all conditions at
FAR 22.1003-4 (c)(1)(ii.) are applicable.

The Government may issue delivery orders to lease equipment under the Indefinite Delivery Indefinite Quantity
(IDIQ) contracts awarded from this solicitation based on a case-by-case evaiuation of comparative costs and
other factors and determination that i is to the Government's advantage under the circumstances in accordance
with FAR Subpart 7.4.


Orders may be issued in support of requirements from the Department of Defense (DoD), other Federal
Agencies/Organizations and foreign governments through the DoD foreign military sales programs. During the
term of the contract DLA reserves the right to add other customer groups to be supported by this IDIQ contract
All contracts shall have a five-year base period and a single option to extend contracts for an additional five-year
term.

Vendors shall support all CONUS locations, Alaska, Hawaii, and U.S. Territories. Vendors may be asked to
support OCONUS locations outside of Alaska, Hawaii, and U.S. Territories.

One or more of the items under this acquisition is subject to the World Trade Organization Government
Procurement Agreement and Free Trade Agreements.

DLA intends to award IDIQ contracts under full and open competition to any responsible offeror who can comply
with all solicitation requirements, including all technical requirements and its offered pricing can be determined fair
and reasonable The solicitation and attachments will be posted on https://www.dibbs.bsm.dla.mil.

The solicitation is expected to be issued on August 1, 2017 and to close on September 30, 2022 at 2:00 pm local Philadelphia time.

Contact Information

Contracting Office Address

  • MEDICAL SUPPLY CHAIN FSD 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111
  • USA

Primary Point of Contact

Secondary Point of Contact

History