Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2022 SAM #7505
SOURCES SOUGHT

69 -- Medical Training Mannequin

Notice Date
6/16/2022 2:29:05 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
W40M USA HLTH CONTRACTING ACT JBSA FT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Solicitation Number
W81K0022Q0135
 
Response Due
6/23/2022 9:00:00 AM
 
Point of Contact
Troy Loge, Phone: 9154082815, Kristin S. Hermosillo
 
E-Mail Address
troy.a.loge.civ@mail.mil, kristin.s.hermosillo2.civ@mail.mil
(troy.a.loge.civ@mail.mil, kristin.s.hermosillo2.civ@mail.mil)
 
Description
A sources-sought is a market research tool being used to determine availability and adequacy of potential business sources prior to determining the method of acquisition. The intent of this sources-sought notice is to conduct market research to determine if responsible sources exist by determining if this effort can be successfully competed and/or set-aside for small businesses. The proposed North American Industry Classification System (NAICS) Code is 339112 � Surgical and Medical Instrument Manufacturing with a corresponding size standard of 1,000 employees. The government will use this information to determine the best acquisition strategy for this procurement. The government is interested in all large and small businesses to include 8(a), Service-Disabled Veteran-Owned, HubZone, and Women-Owned small business concerns. The Regional Health Contracting Office � Central (RHCO-C), Fort Bliss, Texas, is seeking a medical training mannequin with the following salient characteristics: 1. Required Characteristics TAA compliant Virtual Reality (VR) compatible Touch Screen 27� Full High Definition (FH)D LED Self-contained unit Portable device Connection for an additional screen One Standard 3-prong grounded plug Voltage: 100-240 V~, 50/60 Hz, 3.2A Designed Electrical Box (including computer on VESA mount): Minimum Dimensions: ��� Height: 4 in., Length: 17.5 in., Width: 10.5 in. Maximum Dimensions: ��� Height: 5 in., Length: 19 in., Width: 12 in. Operating temperature: 50 � 95 degrees Fahrenheit Relative humidity: maximum 90% Non Universal Computer with Operating system: Windows 10, 64-bit Minimum Dimensions: ��� Height: 15.2 in., Width: 25 in., Depth: 2.5 in. Maximum Dimensions: ��� Height: 17 in., Width: 27 in., Depth: 4 in. Weight: 20- 25 lbs. *** Network Access-Vendor agrees to comply with the current Army Cybersecurity Risk Management Framework (RMF) requirements to obtain an Approved Authority to Operate (ATO) *** 1a. Accessories and Tools: One emulated cardiac phased array ultrasound probe One emulated curved array ultrasound probe One emulated TEE probe One emulated transvaginal probe One emulated linear probe Wireless mouse Wireless keyboard Single foot switch 1b. Mannequins / Physical Dimensions: Material: Latex Free Male Torso Mannequin Minimum Dimensions: ��� Height: 9 in., Length: 31 in., Width: 12 in., Weight: 30 lbs. Maximum Dimensions: ��� Height: 11 in., Length: 33 in., Width: 14 in., Weight: 35 lbs. Female Pregnant Torso Mannequin Minimum Dimensions: ��� Height: 9 in., Width: 13 in., Length: 31 in., Weight: 21 lbs. Maximum Dimensions: Height: 11 in., Width: 15 in., Length: 34 in., Weight: 25 lbs. Ultrasound Guided Interventional Mannequin Minimum Dimensions: Height: 7 in., Width: 13 in., Length: 16 in., Weight: 15 lbs. Maximum Dimensions: Height: 11 in., Width: 17 in., Length: 19 in., Weight: 20 lbs. 1c. Cart: Separate cart to transport mannequins 2. Training: Training for nursing staff not to exceed 10 personnel Training for two clinical engineers Upon completion of training, vendor must provide a sign in roster of clinical staff that attended training 3. Installation: Vendor install to include uncrating, inside delivery to clinic, set up and certifying equipment removal/ disposal of all packaging material Vendor must provide all tools/equipment needed for offload, inside delivery/installation 4. Delivery Requirements: Seller must notify Property Warehouse and/or Contracting Officer Representative 3-businessdays before delivery of equipment Contract number must be clearly displayed on all shipping labels and is displayed on outside of package Seller must provide delivery/tracking information. Signature required for delivery. 5. NOTE: NO Grayed or refurbished items NO partial orders allowed. Vendor is responsible for shipping to delivery address listed in contract Loading dock is available at location (End of Salient Characteristics) Upon review of industry response to this sources-sought synopsis, the government will determine the solicitation strategy. The government intends to solicit and award a contract for chromatography pump system/mass spectrometer maintenance. The NAICS Code is 339112 � Surgical and Medical Instrument Manufacturing. A response to this sources-sought synopsis will not be considered an adequate response to any forthcoming solicitation announcement. There is no solicitation available at this time. SUBMISSION REQUIREMENTS: It is requested that interested businesses submit to the contracting office a brief capabilities statement. This documentation shall address, at minimum, the following: 1) Technical specifications of the offered product; 2) Commercial and Government Entity (CAGE) Code; 8(a) business, HUB Zone small business, small disadvantaged business, woman-owned small business, veteran-owned small business, or Service disabled veteran owned small business; and 3) Point of Contact information to include name, email address, telephone and fax numbers. ALL QUESTIONS MUST BE SUBMITED NO LATER THAN 10:00 AM MOUNTAIN TIME TUESAY, 21 JUNE 2022. SUBMISSIONS MUST BE RECEIVED NO LATER THAN 10:00 AM MOUNTAIN TIME TUESDAY, 23 JUNE 2022. RESPONSES MUST BE SENT ELECTRONICALLY TO troy.a.loge.civ@mail.mil. The government WILL NOT debrief the results of the survey. All information submitted will be held in a confidential manner and will only be used for the above stated purpose.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/99798770ed01440f8de0860c3ee559da/view)
 
Place of Performance
Address: Fort Bliss, TX 79918, USA
Zip Code: 79918
Country: USA
 
Record
SN06361708-F 20220618/220616230123 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.