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