SOLICITATION NOTICE
69 -- Marine Corps Base Camp Pendleton, CA has a requirement for patient simulators and associated items.
- Notice Date
- 5/10/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- M00681 Oceanside, CA
- ZIP Code
- 92051-1609
- Solicitation Number
- M0068105T0108
- Response Due
- 5/17/2005
- Archive Date
- 6/16/2005
- Point of Contact
- Loretta Nared 760-725-8133
- E-Mail Address
-
click here to contact contracting officer
(loretta.nared@usmc.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12 and 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) solicitation number is M0068105T0108. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-03. This is a 100% small business set aside. The Federal Supply Code is 6910 and the NAICS code is 339999. The Regional Contracting Office, Southwest Camp Pendleton CA 92055 has a requirement for patient simulators and associated items. Following is the Government’s requirement: Quantity of Five (5) each of patient simulators that meet the following specifications: Patient Simulator shall have the ability to provide simulation education to challenge and test students clinical and decision-making skills during realistic patient care scenarios. ! The Patient Simulator shall be extremely realistic and flexible to meet multi-disciplinary trauma educational needs. Shall provide an airway system that allows highly realistic simulation of all relevant difficult airway management and patient care situations. Shall have an anatomically correct airway down to the bronchial tree. Shall provide realistic practice of chest tube insertion. Shall have physiologically correct carotid, femoral, brachial and radial pulses. Shall be able to provide the following realistic training: Spontaneous ventilation; Trismus; Tongue Edema; Post pharyngeal wall edema; Bag-valve-mask ventilation; Realistic use of LMA, Combitube and Endotracheal tube; Laryngeal spasms; Decreased cervical range of motion; Ability to perform cricothyroidotomy; Tension neumothoracies; Adjustable SPO2 saturation levels; Shall provide multiple trauma options; Ability to simulate NBC casualty symptoms; 1st, 2nd and 3rd degree burns; Exposed viscera – abdominal lay-on; Impaled object; Open fracture – femur; Closed fracture – right leg tibia and fibula; Crushed foot; Amputations modules designed for tourniquet application and training of proximal artery compression; Projectile wounds – small and large calibre entry and exit wounds; Bleeding trauma modules designed for application of compressive dressings, training of proximal artery compression and deep gauze pack placement; Bleeding trauma thigh module featuring palpable chipped and broken bone; Shall have pre-programmed library of heart, lung, bowel and vocal sounds with an adjustable sound volume. Shall provide a blood pressure that may be taken automatically, palpated or auscultated; Korotkoff sounds must be synchronized with pulse. Shall provide an ECG library of over 2,500 cardiac rhythm variants allow! ing cardiac monitoring, defibrillation and external pacing with real equipment. Shall have an IV training arm allowing peripheral intravenous therapy. Shall have realistic male/female genitalia to facilitate urologic procedures. NBC Module shall offer the ability to replicate the effects of toxic gasses on the central nervous system by producing realistic, frothy, bodily fluids that emanate from tear ducts, mouth and nose. Shall provide trauma modules designed to interchange with nontraumatic modules for added realism in emergency trauma management. Patient Simulator shall be able to be used in sitting, semi-recumbent or supine positions. Simulator shall be useable in tactical field settings. Simulator shall come with ruggedized transportation case. Patient simulator shall weigh less than 90 pounds. Shall have a simulated patient monitor and control system that can be operated using a windows based PC and/or by hand-held remote controls. Shall include a Ruggedized ! Windows based laptop PC as part of the package. Shall include on-site training for Division Medical Staff as part of the cost. Quantity five (5) each computer laptops for patient simulators Quantity five (5) each portable/power adapters kits for patient simulators Quantity five (5) each transportation case for patient simulators Quantity two (2) each Trauma Modules Sets. These sets shall include: (1) 1st, 2nd, 3rd degree burns, (2) Exposed abdominal viscera, (3) Impaled object, (4) Open femur fracture, (5) Closed lower leg fracture, (6) Ankle and foot closed trauma, (7) Crushed foot with exposed bone and tissue, and (8) Small and large caliber entry and exit wounds. Quantity of two (2) each of Bleeding Control Sets shall include: (1) Amputation of Arm and Thigh for tourniquet application and realistic artery compression, (2) Bleeding Trauma arm, (3) Trauma arm and thigh modules for pressure dressing placement, wound packing and proximal artery compression, (4) Bleeding trauma with palpable chipped and fractured bones, and (5) Necessary reservoirs and tubing. Quantity of two (2) each of NBC MODULE sets shall include: (1) shall reproduce CNS symptoms of Nerve agents, (2) shall provide airway symptoms of NBC agent, (3) shall provide body fluid excretion similar to NBC agent exposure. Contractor shall provide onsite training for Division Medical Staff within one week of Government receiving equipment. Point of contact to arrange training is Chief Green at 760-763-4259. Evaluation – The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1) delivery date; 2) technical features; 3) past performance; and 4) price. Contractors shall email the contracting officer the following information to request a copy of the past performance questionnaire: name of the company, email address, phone number, and point of contact. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.212-1 Instruction to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications – Commercial Items; 52-212-4 Contract Terms and Conditions- Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items, with the foll! owing additional FAR clauses being cited as applicable to this acquisition; 52.222-21 Prohibition on Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration; 252.229-7000; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and DFARS 252-212-7000 Offeror Representations and Certifications – Commercial Items. Invoicing Instructions: In accordance with DFARS 252.232-7003, invoices under this contract/order are t! o be submitted electronically. This office, and the Marine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. Introduction: Wide Area Work Flow is a web-based invoicing and acceptance system that enables Vendors (Contractors) to submit their invoices electronically to the receiver of the supplies or services. The receiver receives an email notification and then can log in and perform the necessary acceptance requirements. Once the acceptance portion is completed, the invoice and acceptance are forwarded to DFAS for processing. Benefits: This paperless system prompts the receiver to perform the acceptance functions, an area that has traditionally been the weak link in the invoice processing chain. Invoices and acceptance functions can be tracked on line without further correspondence. Registration: Vendors must register at: https://wawf.eb.mil A “How To” Guide exists at: http://www.disa.mil/acq/wawf/guide.doc Tutorial: A tutorial for using WAWF is available at: http://www.wawftraining.com For first-time users: The “E-Business Point of Contact” listed in your company’s profile in CCR must contact the DISA Helpdesk to register your CAGE (BINCs) Code. The phone number for the help desk is 866 618-5988. Information required for submitting invoices electronically: 1) CAGE Code: Commercial And Government Entity Code (note: the name is being changed to a “BINCs” Code) – Assigned when a vendor registers in Central Contractor Registration. 2) Contract Number: This number appears in block #2 of the SF1449. 3) Order Number: This number appears in block #4 of the SF1449. It may be blank. Normally much of the information from the contract will populate many of the fields. If this does not occur, the required information can be obtained from the contract. 4) Payment DoDAAC: This can be obtained from block 18a, in the box marked “code” (i.e. M67443) 5) Ship to code: This number may appear in block 15, or appear in the shipping information. Traditionally, but not always, it is the first six characters of the Requisition Number that generally appears in block #1 of the SF1449 (Note: Generally the ship to code is NOT M00681). Vendors must use the “Combo” Invoice/Receiving Report when submitting invoices for supplies, and the 2 in 1 invoice when submitting invoices for services. Vendors are also encouraged to select the “send email notification” option prior to submitting invoices. This alerts the receiver that they have an invoice to certify. If the “Ship to code” does not have an “acceptor” please contact MSgt William Hepler at 760 725-3418 or by email at william.hepler@usmc.mil. Copies of the Representations and Certifications, as well as any of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil/. Quotes are due by 4:00 pm (Pacific Daylight Time) on 17 May 2005. Contact the Contracting Officer, Loretta Nared at 760.725.8133 or loretta.nared@usmc.mil, for any additional inquiries. Quotes may be submitted by facsimile transmission. Facsimile quotes are subject to the same rules as paper quotes. The telephone number of receiving facsimile equipment is 760-725-8445. The Government reserves the right to make award solely on the facsimile quote. The complete original quote shall be submitted if requested by the Contracting Officer. Quoters bear the burden of ensuring that quotes (and any authorized modifications) reach the designated office on t! ime and should allow a reasonable time for facsimile transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. Pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The quoter bears the risk of non-receipt of facsimile transmissions and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number and the name of the Contracting Officer on the first page to ensure proper receipt. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/USMC/M00681/M0068105T0108/listing.html)
- Record
- SN00803900-F 20050512/050510212120 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |