Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2006 FBO #1762
SOLICITATION NOTICE

83 -- Mobile Medical Shelters/Field Hospital (Surge Capacity System)

Notice Date
9/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Clothing & Textiles, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SPM1C106RJZ01
 
Response Due
10/6/2006
 
Description
This synopsis is issued for Mobile Medical Shelters/Field Hospital (Surge Capacity System). Quantity is two (2) each, to be delivered 45 days after date of award, in accordance with the Statement of Work below. The destination is the National Naval Medical Center, Bethesda, Maryland, FOB Destination. The solicitation date and time of closing is 3:00 p.m. local Phila. Time, 10/06/2006. This acquisition is rated DOC9 The following provisions apply: 52.212-1, Instructions to Offerors 52.212-2 Evaluation-Commercial Items (a) The following factors shall be used to evaluate offers: OFFERORS MUST SUBMIT, IN WRITING, A DETAILED DESCRIPTION OF HOW YOUR PRODUCT MEETS THE REQUIREMENTS IN THE STATEMENT OF WORK. 52.212-3 ? You must complete this clause in the solicitation that is on DIBBS 52.212-4 52.212-5 Bethesda Hospitals Emergency Preparedness Partnership Mobile Medical Shelters/Field Hospital STATEMENT OF WORK (SOW) A. Task Assignment Title: The Bethesda Hospitals Emergency Preparedness Partnership consisting of the National Naval Medical Center, National Institutes of Health Clinical Center, and Suburban Hospital Healthcare System requires the purchase of (2) multi-functional portable medical shelters/field hospitals and support/storage trailers utilized to immediately and effectively manage large numbers of casualties or ?walking wounded? during a mass casualty/disaster incident. B. Requirements: The following minimum detailed requirements/specifications for the Partnerships Portable Medical Shelters/Mobile Field Hospitals are indicated below: * Require (2) mobile medical shelters/field hospitals (one for the National Naval Medical Center and one for Suburban Hospital Healthcare System). The shelters must be portable, rapidly deployable and transportable to various locations within the facility campuses, or throughout the National Capital Region. * Minimum size of each shelter system must be at least 100 feet long by 22 feet wide to ensure sufficient space for at least 25 beds/stretchers, patient care staff, administrative support staff and portable medical equipment and supplies. Maximum size of each shelter system should be no more than 120 feet long by 24 feet wide. To accommodate storage and transportability, require a series of interconnected/attachable structures, NO MORE THAN THREE ATTACHABLE STRUCTURES (e.g. one main large patient care shelter and two smaller shelters ? all interconnected to obtain a minimum total size of at least 100 feet long by 22 feet wide). * Minimum Interior Height of Shelters (e.g. ground level to center of ceiling) must be a minimum of 15 feet. * Require pack-out dimension of each shelter to be no more than 4 foot wide by 6 foot long by 4 foot high to accommodate storage requirements. * Require shelters to be inflatable (e.g., series of durable inflatable individual columns) versus a hard framed structure. Inflatable columns must have a durable protective outer cover with a replacement tube/inner lining. * Require a power/vacuum pump (one for each shelter) with adequate horsepower to inflate columns. Specific type of pump and required horsepower/amps to be proposed/determined by selected vendor. * Require a portable, roll out, attachable flooring system which covers entire shelter area and can be easily installed with minimal manpower (less than 5 personnel) - one complete flooring system for each shelter. The portable flooring system must be durable enough to accommodate the weight of portable equipment, rolling stretchers and personnel moving throughout the shelter. * Shelters must be wind/weather resistant (must sustain wind gusts up to 80MPH and snow loads of up to 6-8 inches). Material must be certified to the highest national fire code standards for temporary structures. * The (2) shelter systems must be equipped with electrical outlets (a minimum of 12 interior duplex electrical outlet boxes of at least 115 volts ? outlets must be 3 prong. Exact type of outlet, location and attachment/mounting system will need to be determined/proposed by selected vendor. * The (2) shelter systems must be equipped with electrical lighting (a minimum of 17 high intensity 54 watt overhead fluorescent lights ? 2 bulbs per light). Require all lighting be interconnected to each other. Specific type of lighting and process for mounting/interconnecting throughout the shelters will need to be determined/proposed by selected vendor. * The (2) shelter systems must be equipped with a Diesel Generator, one for each shelter (a minimum of 105KW) to support the HVAC system and power to operate portable medical equipment (e.g. IV pumps, ventilators, monitors, etc.). Each generator must be equipped with a sound level package (maximum of 67 decibels) and an exhaust system. Each generator must have a minimum of (1) 220 Volt outlet. Generator must be custom mounted to a portable towing trailer. Specific type of generator, mounting design, etc to meet required specifications noted above to be determined/proposed by selected vendor. * The (2) shelter systems must be equipped with an HVAC system, one for each shelter (must be at least 15 ton capacity) to regulate temperature during period of extreme warmth/coldness. (Each HVAC System must be equipped with a minimum of 2 foot wide by 25 foot long flexible ducting). HVAC system must be custom mounted to a portable towing trailer. Specific size/exact features and mounting design of HVAC system to be proposed/determined by vendor. * The (2) shelter systems must also be equipped with a Portable Hepa-Filtration System, one for each shelter (a minimum of 3 Ton ECU). Each Hepa-Filtration system must be equipped with a minimum of 2 foot wide by 25 foot long flexible ducting. Specific type/exact features of portable Hepa-Filtration system will need to be determined/proposed by vendor. * The (2) shelter systems must be equipped with windows and doors (e.g. at least (1) door entry at each end of the shelters and several windows along each side of shelters). * The (2) shelters must also be equipped with (2) custom designed storage trailers (one for each shelter) for storage and transportability, which meets highway safety standards. Storage trailers need to be equipped with pull down ramp, lighting and locking mechanism. Specific size of each trailer will be dependent on overall pack-out size of each shelter system (Vendor to propose configuration). * Require (2) transport carts/dollies (one for each shelter system) to transport shelters from storage trailer to set-up/deployment location (Size of transport cart/dollie dependent upon overall pack-out dimension of shelter (configuration to be proposed by vendor). * The (2) shelter systems must also be equipped with (2) custom designed support trailers (one for each shelter) for Generator and HVAC system, which meets highway safety standards. Specific size of each trailer will be dependent upon overall size of generator/HVAC System (configuration to be proposed by Vendor). * The (2) shelter systems must have a custom designed shelter anchoring system to secure shelters to ground. Shelters will be portable and will be set up in various locations on various surfaces and will need to be secured. * The shelters must be rapidly deployable/set-up in one hour or less with 5 or less personnel. The shelters must be light weight and not rely on heavy equipment/machinery for off-load, transport and set-up. C. Warranty: Require a minimum of (2) year warranty from date of delivery. D. Training/Customer Support: a. Require at least 8 hours of initial training upon delivery of shelters be provided by vendor regarding set-up and operation of shelters. b. Require an additional 16 hours of training be made available during the 1st year following delivery for set-up and operation of shelters by vendor. c. Require vendor provide training on-site at the National Naval Medical Center, Bethesda, Maryland. E. Deliverables: Request the delivery of (2) complete systems as outlined above within 45 days of awarding contract. Direct any questions to Rhoda Forman at Rhoda.Forman@dla.mil or Joann M. Zirilli at Joann.Zirilli@dla.mil Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form. Solicitation will be posted on https://www.dibbs.bsm.dla.mil/ Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/. A few highlights of the information that will be found include: 1. On the DLA Internet Bulletin Board System (DIBBS) Home Page, click the VENDOR REGISTRATION link to begin the registration process. 2. In order to register for access to secure portions of DLA DIBBS, the company you are representing must already be registered in the Central Contractor Registration (CCR) system. 3. A Commercial and Government Entity (CAGE) Code registration will be processed immediately. A User ID will appear on the registration screen and a password will be sent separately to the email address of the Super User. If a CAGE is already registered on DLA DIBBS, the name and email address of the Super User will be provided. The Super User should be contacted to set-up additional accounts, logons and passwords for their CAGE. DIBBS Super User * If your CAGE has already been registered on DIBBS, the name and email address of the person designated as your super user will be provided. * The representative who starts the DIBBS registration process has the option to accept their CCR registration POC as the DIBBS super user, or they can designate themselves or another person to act as the super user for the CAGE. * The super user acts as the account administrator for a CAGE. They can add up to ninety-eight (98) additional users, provide user IDs and passwords, modify existing users, and control the login status of each user for their CAGEs through My Account (Account Maintenance). The Defense appropriations and authorization acts and other statutes (including what is commonly referred to as ?The Berry Amendment?) impose restrictions on the DoDs acquisition of foreign products and services. Generally, Clothing and Textile items (as defined in DFARS clause 252.225-7012) and ?specialty metals? (as defined in DFARS clause 252.225-7014), including the materials and components thereof (other than sensors, electronics, or other items added to, and not normally associated with clothing), must be grown, reprocessed, reused, melted or produced in the United States, its possessions or Puerto Rico, unless one of the DFARS 225.7002-2 exceptions applies.
 
Record
SN01150428-W 20060923/060921220246 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.