Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

65 -- Full Adult Body Patient Simulator Fort Drum, NY

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
MICC - Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-11-T-0018
 
Response Due
9/9/2011
 
Archive Date
11/8/2011
 
Point of Contact
Joshua Kaufmann, 315-772-6524
 
E-Mail Address
MICC - Fort Drum
(joshua.kaufmann@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Quotes shall reference solicitation number W911S2-11-T-0018. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. Fort Drum intends to award a firm-fixed-price contract for a medical patient simulator and accessories. The requirement is a total Small Business set-aside under NAICS code 339112 with a size standard of 500 employees. The delivery date is on or before 30 November 2011. The contractor shall enter the total amount in the area provided for each CLIN. CLIN 0001: contractor shall furnish a SimMan Essential patient simulator or equal and the required controls for remote operation of the patient simulator. Patient simulator must include the following minimum mandatory specifications: A full body (adult) with wireless operations for indoor and outdoor use. Rugged internal aluminum frame with stainless steel leg or arm attachment options and polycarbonate skeletons. Patient simulator must be able to hold up to conditions related to obstacle courses, tactical and non tactical building rescues and all weather and terrain possibilities. Must be programmable for battlefield medical conditions and useful for all levels of training from combat lifesaver to physician. Must be expandable to for both internal hardware and peripheral devices. Patient simulator must run for up to 4 hours on battery power Must have video debriefing capabilities Must be compliant with current resuscitation standards and be American Heart association approved for basic life support CPR with real time feedback. QTY UNIT PRICE TOTAL 1 Each $_____________ = $_____________ CLIN 0002: Contractor shall furnish Wireless touch screen Monitor for use with Patient simulator required in CLIN 0001: Allows instructors or users to view multiple simulated parameters to include, 12 lead ECG's, Xrays, Cat scans, MRI's, vital signs, and other diagnostic tools. This device is used to generate and monitor patient medical/trauma scenarios. Used indoors to monitor the patient's medical status. QTY UNIT PRICE TOTAL 1 Each $_____________ = $_____________ CLIN 0003: Contractor shall provide onsite training to teach instructors (up to 8 personnel) how to properly use the patient simulator and all of its applications QTY UNIT PRICE TOTAL 1 Each $_____________ = $_____________ CLIN 0004: Contractor shall furnish bleeding modules for use with Patient simulator. Modules must include peripheral, attachments or other method to teach/test the treatment of lacerations, gunshot wounds, and amputations on legs and arms. QTY UNIT PRICE TOTAL 1 Each $_____________ = $_____________ CLIN 0005: Contractor shall provide a 3 year extended warranty to include any required installation setup, preventative maintenance service, and patient simulator loaner program. Loaner program shall include a patient simulator of equal or greater value. QTY UNIT PRICE TOTAL 1 Each $_____________ = $_____________ CLIN 0006: Contractor shall furnish storage and transport case for the patient simulator. QTY UNIT PRICE TOTAL 1 Each $_____________ = $_____________ CLIN 0007: Contractor shall furnish a connector for defibrillator training. QTY UNIT PRICE TOTAL 1 Each $_____________ = $_____________ CLIN 0008: Contractor shall furnish a Phillips defibrillator-manikin connector which attaches manikin to connector required in CLIN 0007. This allows the manikin to be used with a cardiac defibrillator. QTY UNIT PRICE TOTAL 1 Each $_____________ = $_____________ CLIN 7500- CONTRACTOR MANPOWER REPORTING This CLIN is not separately Priced (NSP). Contractor must provide all of the information requested and in the required format, using the following web address https://cmra.army.mil for the purpose of capturing contractor and subcontractor manpower utilized during the performance of this contract. Fiscal year 2011 reporting is 01 October 2011 through 31 October 2011. Fiscal year 2012 reporting is 01 October 2012 through 31 October 2012. Information the contractor will need to complete reporting: UIC: W0XQT5 COMMAND:FORSCOM FSC:6515. The following FAR and DFARS provisions and clauses are hereby incorporated into this solicitation: 52.204-7, Central Contractor Registration; 52.204-10 (Reporting Executive Compensation and first-tier subcontract awards); 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alt 1; 52.212-4 (Contract Terms and Conditions - Commercial Items); 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items), 52.219-6 Notification of Total Small Business Set-Aside; 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 (Child Labor - Cooperation With Authorities and Remedies), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons); 52.223-14 (Toxic Chemical Releasing),52.223-18 (Ban on texting and driving); 52.225-13 (Restrictions on Certain Foreign Purchases); 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration), 52.252-2 (Clauses Incorporated by Reference), 252.203-7000 (Req. relating to comp. of former DOD officials), 252.204-7004 Alternate A (Central Contractor Registration); 252.211-7003 Item Identification and Valuation; 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252-225-7002 (Qualifying Sources as Subcontractors), 252.232-7003 (Electronic Submission of Payment Requests), 252.232-7010 (Levies on Contract Payments),252.243-7001 (Pricing of Contract Modifications) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: PRICE. The following AFARS clauses are applicable to this acquisition AMC-LEVEL PROTEST PROGRAM (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp.If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database and must have a current Online Representations and Certifications Application (ORCA). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. Questions concerning this solicitation shall be addressed to Joshua Kaufmann, Contract Specialist, via email joshua.kaufmann@army.mil. All questions or inquiries must be submitted in writing no later than 5:00 p.m. Eastern Time on 06 September 2011. No phone calls will be accepted. Any amendment to the solicitation will be posted on the Federal Business Opportunities website. All responses must be received by 4:00 p.m. Eastern Time on 09 September 2011. Quotes may be e-mailed to Joshua.kaufmann@us.army.mil. All quotes shall reference and acknowledge all amendments posted to this solicitation, if applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ba1df6802b67343d43338c69890cc4a7)
 
Place of Performance
Address: MICC - Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
 
Record
SN02554968-W 20110901/110830235357-ba1df6802b67343d43338c69890cc4a7 (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.