Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2004 FBO #0909
SOLICITATION NOTICE

65 -- Reconfigurable Complex Medical Support Systems - Continued development & production of the INTEGRATED MODULAR MEDICAL SUPPORT SYSTEM (IMMSS) developed by Herman Miller for Healthcare under expired Contract No. DADA10-96-D-0036

Notice Date
5/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-04-R0015
 
Response Due
6/7/2004
 
Archive Date
8/6/2004
 
Point of Contact
Sarah Barrineau, 256-895-1167
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville
(Sarah.Barrineau@HND01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action identified below is for supplies and services for which the US Army Corps of Engineers, Huntsville Engineering and Support Center, intends to award to Herman Miller for Healthcare on a sole source basis, unless further da ta is presented that provides adequate information to support that other sources are capable of providing the full breadth of the requirement. This notice of intent is not a request for competitive proposals. However, all capability statements received w ithin thirty days after date of publication of this synopsis will be considered by the Government solely for the purpose of determining whether to conduct a competitive procurement. This requirement is for the continued development and production of recon figurable complex medical support systems, originally developed by Herman Miller for Healthcare under a negotiated contract utilizing full and open competition. This Indefinite Delivery Indefinite Quantity contract is for the support of Medical Command (M EDCOM) facilities throughout the Continental United States (CONUS) and Overseas (OCONUS). This requirement is for one base year and 4 option years. The essential requirements for the reconfigurable medical support systems are as follows: General - The C ontractor is to provide all design, systems product, labor, management, transportation, equipment, warranty, product protection, restorative services, extended installation services, and material for the reconfigurable medical support system. Component In terchangeability - The systems product is comprised of manufactured components which are modular and interchangeable from one component system to another without modification to the componentry. All systems and components are to be interchangeable amongst all other systems provided as well as all Herman Miller systems product currently installed in the facilities. Componentry must integrate with both administrative and clinical work environments. Component systems from different component manufacturers a re acceptable, provided the subcomponents are directly interchangeable. System Types - The systems by which the Contractor will be responsible to provide are administrative systems, clinical systems, healthcare materials management and handling systems, p harmacy systems, laboratory systems, and nurse station systems. Coordinated Colors & Finishes - The Contractor is to provide products with a wide selection of coordinated finish materials and colors in accordance with U.S. Army Medical Command (MEDCOM) In terior Design Master Plan - Environment of Care (U.S.) Phase II (2003 issue). All finishes shall comply with NFPA 101 Life Safety Code criteria. Services - The Contractor is responsible for providing support services such as design services, warranty and product protection services, restorative services, project management, work plan services, and extended installation services. Freestanding items - Additionally, this requirement may include various stand-alone items to include freestanding file cabinets, file pedestals, tables and a selection of carts and shelving units in order to provide a fully functioning system. After extensive market research was conducted, it has been determined that the requirement that all systems product and the major component s are to interface with currently installed Herman Miller systems product and componentry cannot be provided by any other source. Other Capable Sources- If any company believes it is capable of successfully providing the full breadth of the Governments re quirement identified above, it should submit its capability statement in the format identified below within 15 days after the publication of this document. Information submitted should be pertinent and specific in the technical area under consideration. Capability Statement Format: Section 1 - Company Profile. Identify the legal name of your organization, NAICS code(s), Central Contractor Registration (CCR) n umber, size of company, years in business, corporate mailing address, and two (2) points of contact including telephone numbers, fax numbers, and email addresses. Briefly describe your company, products and services provided, Government experience, and oth er information you deem relevant. In particular, please describe any projects your company has been involved in that are similar in concept to what is described in this document. Section 2 - Question Responses. Briefly answer each question identified b elow. All questions must be answered (yes) in order to meet the essential requirements and be evaluated. All responses indicating (yes) are to provide sufficient explanation. Systems Product - a. Does your company have experience in providing all com ponents and accessories that produce a completely operational reconfigurable medical support system? b. Does your companys product line include: Administrative systems (i.e. office systems)? Clinical systems? Healthcare materials management and handli ng systems? Pharmacy systems Laboratory systems? Nurse station systems? c. Are the components and subcomponents of each system identified above entirely compatible and interchangeable amongst systems? (i.e. Can the components designed for the nurs e station system be removed and incorporated into the pharmacy station system?) d. Are the components of each system identified above entirely compatible and interchangeable amongst systems without modification or the use of any tools other than simple h and tools? e. Can each system and the components thereof completely interface with Herman Miller systems? Services. a. Does your company provide healthcare/clinical design services to include assessing facility/project conditions, determining product installation requirements, determining user needs, and designing required areas with the system components? b. Does your company provide management services? c. Does your company provide extensive installation services? d. Does your company provide re storative services to include revitalizing the condition of existing facility components and extending the life of the product? e. Does your company provide panel fabric replacement services? f. Does your company provide trade-in allowances of existing government owned systems? g. Does your company provide products and services to locations outside of the continental United States Experience. a. How many different medical facility projects (CONUS and/or OCONUS locations) using the type of produc t identified in section 2.0 has your company completed? Section 3 - Additional Materials. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the informati on submitted. --End of Capability Statement Format-- If you have any questions or would like to request additional information concerning this requirement, please contact Ms. Sarah Barrineau, 4820 University Square, Huntsville, AL 35816, (256)895-1167, S arah.Barrineau@HND01.usace.army.mil. Numbered Note 22 is applicable to this document.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN00590481-W 20040523/040521212301 (fbodaily.com)
 
Source
FedBizOpps.gov 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.