Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

65 -- Medical Training Equipment

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, IA 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-05-R-0013
 
Response Due
9/30/2005
 
Archive Date
11/29/2005
 
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, the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement co nstitutes only the solicitation, quotations are being requested and written solicitation will not be issued. This solicitation is issued under Request for Proposals (RFP) number W912LP-05-R-0013. All proposals shall reference the RFP number and shall be submitted by 8:00 A.M. local time on 30 Sep 2005. The anticipated award date is 30 Sep 2005. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-05 dated 27 Jul 2005. This so licitation is issued under Full and Open Competition. The North American Industry Classification System code (NAICS) is 423450 with a size standard of 100. The Iowa Army National Guard is requesting proposals for the following medical training equipment: Item #1 patient simulator (4ea), Item #2 airway management training manikins (9ea), Item #3 trauma modules (4ea), and Item #4 advanced trauma modules (3ea). Multiple awards may be made. The solicitation will be offered using brand-name or equal specificat ions. The vendor should provide an item that meets or exceeds the specifications below. The brand-name reference information and salient characteristics are as follows: Item #1 patient simulators reference- Laerdal SimMan Universal Patient Simulator (Produ ct Number 380000). In addition, the vendor must offer a two year extended warranty. Fullbody, anatomically accurate manikin with realistic articulation to facilitate practice of passive range of motion exercises, patient transfer techniques and orthopedi c care. Realistic dressing and bandaging techniques and foot care. Link box, patient monitor, genitalia (male/female), blood pressure cuff, SpO2 probe, chest tube insertion modules, neck skins, remote controls, operating guide CD ROM, compressor, directi ons for use, laptop computer and software. Head with anatomical landmarks, trachea and esophagus along with simulated lungs and stomach to allow following procedures: Application/installation of ear and nasal medications (simulated). Simulation of eye, ea r and nose irrigation with capabilities for nasal packing and assessment. Mouth and dental care procedures. Spontaneous respiration with variable respiratory rate and CO2 detection capability. Various oxygen delivery procedures. Insertion and suctioning of oropharyngeal and nasopharyngeal airways. Insertion and securing and care of endotracheal tubes. Tracheostomy care. Tracheal suctioning (simulated). Transtracheal catheter care. NG tube insertion and care. Nasoenteric and esophageal tube insertion, care and removal. Instructor controlled patient reaction to treatment. Features: Pulses  Physiologically correct bilateral, arotid, bilateral remoral, brachial and radial pulses. Blood pressure  articulating blood pressure training arm to allow blood pr essure to be palpated or ausculatated. Korotkoff sounds synchronized with pulse. Blood pressure variable and systolic and diastolic able to be set independently and volume adjusted. Peripheral intravenous therapy  Articulating IV training arm with replace able shin and infusible veins to allow peripheral intravenous therapy with IV bolus or push injection method to facilitate drug administration. Venipuncture possible in antecubital fossa and dorsum of hand. Genitalia  interchangeable male and female gen italia to facilitate uroligic care procedures. Chest tube module  realistic practice of chest tube insertion, care and maintenance. Injections  Bilateral deltoid, bilateral thigh, gluteal and ventrogluteal intramuscular injestions. Each manikin needs to include nursing wound set, trauma, and bleeding control modules. Item #2 airway management training manikins reference- Laerdal AT Kelly FB-Tan Pneumo/C-Line (Product Number CK-5325) Used for effective airway management practice. Durable, rugged and lifelike. Mobile for use in field extrication, triage, and transport training. Must encompass platforms allowing multiple modules to be used including NBC, trauma , bleeding control and first aid training. Item #3 trauma modules reference- Laerdal MegaCode Trauma Module (Product Number 381500) Modules designed to interchange with nontraumatic modules for emergency management training. Shows 1st, 2nd, and 3rd degree burns  sleeve for right arm. Exposed viscera-abdominal lay-on, impaled item, open and closed fracture, contused ankle and foot. Item #4 advanced trauma modules reference-Laerdal Advance Trauma Module (Product Number 276-00001) Designed to interchange with non-traumatic modules. Used for realism in trauma life support training and life saving first aid scenarios. Offering an intubation head with manually generated carotid pulse. Has an avulsed ear, lacerations of the eye, lip, neck and scalp, unequal pupils, nasal bleeding, impaled object in the cheek, broken teeth and face contusions. Shows 1st, 2nd, and 3rd degree burns  sleeve for right arm. Exposed viscera-abdominal lay-on, impaled item, open and closed fracture, compound radius fracture, expos ed tendons, amputation contused ankle and foot. Crushed foot with exposed bone and soft tissue. Projectile entry/exit wounds for small and large caliber. The technical factors will be ability to meet the salient physical and functional performance charact eristic specified in this solicitation; and delivery date. The vendor shall clearly identify the proposed item by brand name, if any; and the make or model number. The vendor should include descriptive literature such as illustrations, or a clear referen ce to descriptive data or information. The vendor must clearly describe any modification that the offeror plans to make in the specifications. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or id entified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. The vendor shall also identify the number of days it will take to provide the requested items. Failure to do so will indicate an acceptanc e of a delivery date 45 days ARO. Delivery will be made to the Iowa Army National Guard, 7105 NW 70th Ave, Johnston, IA. 50131-1824. The vendor should provide the Government with the most current past performance references. A reference name, contract nu mber, phone number, fax number and or e-mail address should be submitted to allow the Government to obtain adequate past performance information. Qualifying offers must meet the stated specifications and must be accompanied by the completed provision 52.21 2-3, Offeror Representations and Certifications-Commercial Items, with the proposal package, or a completed registration on the ORCA website (http://orca.bpn.gov). The following provisions and clauses will be incorporated into the solicitation by reference : 52.204-7, Central Contractor Registration, 52.211-6, Name Brand or Equal, 52.212-1, Instructors to Offerors-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, 252.204-7004, Central Contractor Registration Alternate A, 52.204-4, P rinted or Copied-Double Sided on Recycled Paper, 252-209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program, 252.227-7015, Technical Data-Comme rcial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government, 52.219-8, Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.22 2-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-35, Equal Opportunity for Sp ecial Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans, 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans, 52.232-34, Payment by Electronic Funds Transfer-Other tha n Central Contractor Registration, 52.232-36, Payment by Third Party. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract; 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Commodities, 252.243 -7002, Request for Equitable Adjustment, 252.247-7023. The following additional clauses and provisions are added in full text: 52.252-1, Provisions Incorporated by Reference, 52.252-2, Clauses Incorporated by Reference (The clauses and provisions incorpor ated by reference can be accessed in full text at http://farsite.hill.af.mil), 52.233-2, Service of Protest (CW4 Mark Thompson, USPFO, 7105 NW 70th Ave, Johnston, IA 50131-1824), 252.212-7000, Offeror Representations and Certifications  Commercial Items, 252.225-7035, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate, 252.227-7015, Item Identification and valuation. Sign and date your offer, the original must be submitted to Iowa Army National Guard, USPFO-PC, Camp Dodge, 7105 NW 70th Ave, Johnston, Iowa 50131-1824, ATTN: SSgt Renee Berg, Contract Specialist, at or before 8:00 a.m., 30 Sep 2005. For information regarding this solicitation contact SSgt Renee Berg at 515-252-4615, renee.berg@ia.ngb.army.mil or CW4 Mark Thompson at 515-252-4248.
 
Place of Performance
Address: USPFO for Iowa Camp Dodge, 7105 NW 70th Ave Johnston IA
Zip Code: 50131-1824
Country: US
 
Record
SN00896344-W 20050917/050915212509 (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.