SOLICITATION NOTICE
69 -- Human Patient Simulators
- Notice Date
- 5/14/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K0009T0178
- Response Due
- 5/22/2009
- Archive Date
- 7/21/2009
- Point of Contact
- Roland Jasso, 210-221-4964<br />
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation W81K00-09-T-0178 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This acquisition is unrestricted under NAICS code 333319 and the business size standard is 500 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. The requirements in this solicitation are: CLIN 0001 Quantity Unit Unit Price Total 10 ea ________ ________ SMART STAT HUMAN PATIENT SIMULATOR CLIN 0002 Quantity Unit Unit Price Total 20 ea _________ _______ SMART STAT REPLACEMENT BATTERY LEG CLIN 0003 Quantity Unit Unit Price Total 10 ea ________ _______ SMART STAT AMPUTATION LEG. CLIN 0004 Quantity Unit Unit Price Total 5 ea _________ ________ SMART STAT I/O LEG ClIN 0005 Quantity Unit Unit Price Total 10 ea _________ ________ SMART STAT BATTERY CHARGER CLIN 0006 Quantity Unit Unit Price Total 10 PKG _________ ________ SMART STAT REPLACEMENT CRIC SKINS CLIN 0007 Quantity Unit Unit Price Total 20 ea __________ ________ SMART STAT PNEUM PADS CLIN 0008 Quantity Unit Unit Price Total 10 ea __________ _______ SMART STAT 2 YEARS WARRANTY CLIN 0009 Quantity Unit Unit Price Total 1 ea __________ ______ Shipping and Handling Salient Characteristics: (1) GENERAL FEATURES: 6 Mannequin 46 Chest 32 Inseam 40 Waist 26 Head circumference 18.5 Neck 13 Mens Shoe Size 2. HEAD: Advanced airway features must include tongue edema, laryngospasm, upper teeth that break out and are replaceable, and cricothyrotomy with replacement neck skins Central Nervous System signs must include tears, runny nose, foaming mouth, pupils that react to light and can be set independently Bi-lateral carotid pulses active continually during normal states or until set differently Lips become cyanotic or flushed in degrees of perfusion crisis 3. ARMS: Bi-lateral arm blood pressure readings with independent systolic and diastolic settings to within 2mmHG, auscultatory gap option, amplitude settings of ante cubital sounds for auscultation, ability to turn off either brachial or radial pulses (or both) to show perfusion loss Bi-lateral IV phlebotomy and infusion through major vein systems or dorsal side of hands, lower arms, and ante-cubitally with on-board blood supply with circulation present upon demand Bi-lateral fingernail perfusion states cyanotic or flushed 80% range of motion characteristics Brachial and antecubital pulses active continually until set differently Bi-lateral bicep IM injection sites 4. CHEST/TORSO 5-lead monitoring with full defibrillation and pacing features 17 rhythm upon successful defibrillation CPR recording and reporting considering depth, rate and hand position with printable strip, carotid pulse response with adequate compression Femoral pulses bi-laterally continually operable until set differently Palpable bone structure and intercostals spaces 6 anterior, sound-specific, lung sites for auscultation of lung sounds 4 posterior lung sound sites 4 heart sound location specific to heart sound library choices Pericardiocentesis Spontaneous chest rise in association with disease states and respiratory rates I/O manubrium for FAST1 insertion and removal Bi-lateral chest tube placement sites with fluid discharge upon insertion; no damage, no repair needed during use Replacement chest skins for both training and evaluation; evaluation skins dont have obvious target areas for catheter insertion Interchangeable genitalia for urinary catheterization with fluid discharge Reservoirs for body fluid storage outside of the electrical package NG tube capabilities for gavage and lavage 5. Legs Continually active, bi-lateral popliteal and pedal pulses Right leg IM injection site Removable lower right leg for amputation exercises Optional right legs for I/O injection procedures, trauma leg with bleeding and tourniquet capabilities Battery compartment in left lower leg to distribute weight and ease of access 6. PDA Pocket PC or Tablet with Windows O/S Blue Tooth Capable Installation disc included Capable of being connected to the mannequin with USB cable Simple set of screen configurations to make intuitive use by the faculty No learning curve cost to learn how to run the mannequin-minimal time on PDA to learn Must be able to run up to 6 mannequins at a time Controls student sessions and scenario progress Computer requirements and functions Windows O/S above 2000 Vendors shall comply with FAR 52.211-6 if submitting other than the brand name products. FAR clause 52.211-6 (and other provisions and clauses throughout this solicitation) can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. Federal Acquisition Regulation (FAR) provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All Offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation of Quotes: The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to this solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: 1. Technical Acceptability: In order to be considered technically acceptable, vendors must demonstrate that all items proposed [if other than Brand Name] meet or exceed the salient characteristics 1-6, listed above. 2. Price. All quotes will be evaluated on Technical Acceptability. The award decision will be based on the Lowest Priced, Technically Acceptable quote. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their quote. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition. FAR clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] and the following sub FAR clauses apply to this acquisition: 52.203-6 [Restrictions on Subcontractor Sales to the Government, Alternate I]; 52.219-8 [Utilization of Small Business Concerns]; 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; 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]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]. Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with the following sub FAR and DFARS clauses apply to this acquisition: 52.203-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.225-7012 [Preference for Certain Domestic Commodities]; 252.225-7021 [Trade Agreements]; 252.232-7003 [Electronic Submission of Payment Requests]; 252.243-7002 [Requests for Equitable Adjustment]; 252.247-7023 [Transportation of Supplies by Sea]. The closing date and time of this solicitation is 22 May 2009, 02:00 P.M. Central Standard Time. Quotes shall be submitted on company letterhead and signed by a company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: Roland Jasso, 2539 Garden Road, Fort Sam Houston TX 78234-6200; fax: (210) 221-4964, Attn: Roland Jasso; e-mail: roland.jasso@us.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Roland Jasso, telephone: (210) 221-4964; email: roland.jasso@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0009T0178/listing.html)
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
- Zip Code: 78234-6200<br />
- Zip Code: 78234-6200<br />
- Record
- SN01817653-W 20090516/090514220739-85c0e73de87dd1ae391d62b5813aebbc (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 |