Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424

Naval Medical Logistics Command, Code 05, 521 Fraim Street, Ft. Detrick, MD 21702-5015

65 -- AUTOMATED SCRUB EXCHANGE SYSTEM SOL N62645-99-R-0036 DUE 091099 POC Point of Contact -- Claudia Addison, Contract Specialist, (301) 619-7467 E-MAIL: click here to contact the contract specialist via, caddison@nml10.med.navy.mil. The Navy has a requirement for one (1) Automated Scrub Exchange System for inventory management of linens. In addition to other functions, this system must have a large issue capacity as well as a large soiled return bin capacity. The system must have the ability to operate with an identification badge. A networking/modem option is required to allow a computer to communicate with the individual issue units and allow remote trouble shooting by the vendor. The system must be Y2K compliant. The Navy intends to negotiate with Autovalet Systems L.L.C., 4007-F Westfax Drive, Chantilly, VA 22021 as the only source on an other than full and open competition. See Note 22. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation document; proposals are being requested, and a written solicitation will not be issued. Responses mustcontain sufficient documentation to establish a bonafide capability to fulfill the requirements. The request for quotation number is N62645-99-R-0036. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12. Autovalet Systems L.L.C., 4007-F Westfax Drive, Chantilly, VA 22021 shall satisfy this requirement by providing the following: One (1) Scrub Exchange System. In addition to other functions the system shall consist of five (5) primary dispensers, two (2) secondary dispensers, and eight (8) deposit units. Each dispenser is a mobile, free-standing unit. The system also includes a centrally located computer controller. The primary dispenser: (a) Shall have an issue capacity of at least 168 sets per machine, (b) Shall have a soiled return bin capacity of at least 130 sets per machine, (c) Shall incorporate an independently operating microprocessor that interfaces with the central computer, (d) Shall ensure user accountability by having acard reader compatible with identification cards used at National Naval Medical Center (NNMC) Bethesda, (e) Shall provide user feedback by the display of remaining credits, (f) Shall have a self-programming feature allowing users to change sizes as needed, (g) Shall incorporate safety features to prevent rotation of the drum when the main door is open, (h) Shall be ergonomically designed to have the highest issue point 5 feet from the floor allowing all users access, (i) The system shall have automatic load detection to eliminate human loading errors and ensure no user is directed to an empty bin. The secondary dispenser: (a) Shall be co-located with the primary dispenser, (b) Shall provide an additional 168 sets of issue capacity (minimum), (c) Shall operate from the same electrical outlet and phone modem line as the primary dispenser, (d) Shall incorporate safety features to prevent rotation of the drum when the main door is open, (e) Shall be ergonomically designed to have the highest issue point 5 feet from the floor allowing all users access, (f) The system shall have automatic load detection to eliminate human loading errors and ensure no user is directed to an empty bin. The deposit unit: (a) Shall incorporate a video camera that records a picture of scrubwear being deposited, (b) Shall hold at least 130 sets of scrubs (minimum) before requiring emptying (c) Shall read the users' ID card and record user ID, time, and date on video tape, (d) Shall have time lapse video recorder with 480 hour tape, (e) Shall incorporate a split deposit bin to ensure that the top and bottom of the scrub sets are deposited separately and that the camera can record each piece as it drops in the bin, (f) Shall incorporate a twin electric eye photo sensor to ensure that a user cannot get full credit for the deposit of one half of a full set of scrubwear, (g) Shall have a privacy video feature that allows the installation of the unit in locker room areas without concern for modesty issues, (h) Shall have its own card reader and keypad, (i) Shall provide instantaneous credit to the issue units for all deposits, (j) Shall allow deposits to be made while utilizing one hand. The computer: (a) Shall be IBM compatible, (b) Shall have a processor equal to or faster than a Pentium 166 microprocessor, (c) Shall have 16 MB of RAM (minimum), (d) Shall have Windows 95, (e) Shall incorporate a phone modem, (f) Shall have the ability to interface with the hospital's computer network. The system shall be capable of operating on 110 VAC, 60 Hz, single phase power. Each machine shall be polled and controlled by a central computer connected by modem. The system shall allow remote trouble shooting via this modem. Each dispenser/return unit shall have an internal memory for the storage of transaction data in case central computer problems arise. Trending software shall be used for interpretive inventory management and usage reporting. Electronics shall be modular for ease in maintenance and trouble shooting. This system must be shipped to the National Naval Medical Center, Building 54, ATTN: Receiving Officer, N00168-91983-3102, Bethesda, MD 20889-5000 and Marked For: Equipment Manager, UIC-ECN: 00168-996901. The system must be installed and calibrated on site. Delivery must be within 30 days of the award. FOB is destination. The following clauses and provisions apply: 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 (52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.S.C. 3553, 52.221-21, Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (E.O.11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38U.S.C.), 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (32 U.S.C. 3332) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a); 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.206-7000, Domestic Source Restriction; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items, offers shall be evaluated for fair and reasonable price and technical acceptability; Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offerors shall include a completed copy of the provision 252.212-7000, Offeror Representations and Certifications-Commercial items, with their offer. Addenda of this provision includes 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate. All responsible sources may submit a proposal which shall be consideredby the Navy. Proposals are due by 10 Sep 99 at Naval Medical Logistics Command (Attn: Ms. C. Addison), 521 Fraim Street, Fort Detrick MD 21702-5015; fax (301) 619-2925. Buyer: Ms. Claudia Addison (301) 619-7467. Posted 08/31/99 (W-SN374666). (0243)

Loren Data Corp. http://www.ld.com (SYN# 0294 19990902\65-0007.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page