Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

65 -- Highly Mobile MED Center (amended)

Notice Date
8/22/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, 1701 N. Ft. Meyer Drive, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
1015815226
 
Response Due
8/26/2008
 
Archive Date
2/22/2009
 
Point of Contact
Name: Deborah Koplen, Title: Contract Specialist, Phone: 7038754329, Fax:
 
E-Mail Address
koplendj@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number 1015815226. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 81631_02. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-08-26 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Lorton, VA 22079 The Department of State requires the following items, Meet or Exceed, to the following: LI 001, HIGHLY MOBILE MEDICAL HOSPITAL SYSTEM: Entire shelter unit must be one-Piece with a folding aluminum frame and made with Mil-Spec Vinyl Fabric IAW Mil-PRF-44103D.The outer material must be permanently attached to the frame so parts are not lost during frequent setup and teardown in a highly mobile field or peacekeeping environment.Unit setup and/or teardown should not require any additional equipment such as stools, ladders or tools of any sort. The shelter must be manageable enough to be easily transported by a squad of 4 to 6 persons.Shelter setup should take no more than 15-20 minutes allowing medical personnel to be operational ASAP.Based on square footage needed, there should be cross ventilation in the units which would require a minimum of six windows (with attached screens) and six doors to provide multiple accesses. The multiple accesses are crucial for safety purpose in case there is a fire or multiple medical emergencies.The shelter should easily accommodate 6-12 Medical Beds allowing 3 space between beds and walkway. The liner must be easily attachable and detachable so its use can be optional depending on the setup location. Must also have Air distribution Plenum Integral with inner lining for attachment to the supply duct of Environmental Control Unit (ECU). Electrical cables must be connected with the inner lining to include electrical outlets for 220V/50HZ equipment. Based on test conducted by US Government lab, the unit must be able to withstand intermittent wind gusts and high sustained wind loads for at least 30minutes. Quantity needed 4 each. Item #1Need 2 each end to end connectors 1per 2 each shelters. Prefer the use of two shelters to make up the square footage needed in which case an end to end connector will be necessary to link the two units. The two shelter unit will give the flexibility of using the station for 6 beds or 12 beds without losing square footage which contributes to ease of movement without being confined. Item #2 Need at least 8sets, 25-Watt fluorescent light sets: The lights should be strung together as a set of 3each. The light should be rugged, tubular in shape and waterproof. The lights must be packed in its own carrying case to protect the lights. It must also be made of high impact structural material and the interior must have foam cushioning to prevent breakage of the fluorescent light. The case should also be watertight with an airtight seal. Item #3 No flooring, 2, Lot; LI 002, CARGO TRAILER:CARGO TRAILER - Need quantity of 8 each. The Cargo Trailer must be approx. 172 with military type Olive Drab color. It must have a 100 Gal Fuel Tank and can be quickly connected to a Gen. Set. The trailer must have cargo tie-downs to stabilize the contents being trans. to include a cargo tarpaulin cover. Trailer must be Air Mobile and towable by at least a 1 1/4Ton Truck. The cargo trailer must meet or exceed Military specs., 8, Lot; LI 003, GENERATOR 56KW (50hz MOD): Fuel tank capacity should be approximate 100 gallon so it will be able to operate for a long period of time. Fuel tank capacity should be approximate 100 gallon. All electrical items should be 220V/50H, 2, Lot; LI 004, ENVIRONMENTAL CONTROL UNIT (ECU): Environmental Control Unit (ECU): The ECU should be approximately 6 Ton, 380V, 50hz and can run on 3 phase. Enclosure should be made of aluminum and color must be olive drab. Must have a Thermostat to Monitor Return Air Temperature, Output: 72,000 BTU/HR Cooling and 36,000 BTU/HR Heating, 4, Lot; LI 005, POWER DISTRIBUTION SYSTEM: Need a Power distribution system with the following equipment: Item# 5a:Need quantity of 2 each Power Distribution Units which should be able to operate in 3 Phase, 200Amp, 380V. Mil-Specs Inlets and Outlets and be able handle the load supplied by two generators if needed to allow for power redundancy in critical power applications. Inlets and outlets must be circuit breaker protected and must meet or exceed Mil-Specs. Item# 5b: Need quantity of 2each CAM -TYPE TAIL SETS 10 feet long by 5-W to be attached to the PDU Item# 5c: Need quantity of 4 each 50 foot, 60 Amp 3- phase Pin and Sleeve adapters (P&S) which attaches to the PDU, ECU and Generators Item# 5d: Need quantity of 4 each 20AmpQuad Outlet Boxes with at least 50 feet of Cable. Must have Ground Fault Circuit Interrupt. Item# 5e: Need quantity of 4 each 50 feet Cam-Type Power Distribution cords that is 380V., 2, Lot; LI 006, WATER DISTRIBUTION SYSTEM: Need a complete water distribution system to support the hygienic need of a highly mobile medical hospital station. It must have all components required to distribute water from a water source to a water heater, showers and sinks. It should also have a durable storage case. The following equipments are essential to fill the need. Item# 6a: Need quantity of 2 each Water Distribution Kit that comes complete with all components required to distribute water from a water source to a water heater, showers and sinks. They should also have a durable storage case. Item# 6b: Need quantity of 2 each portable fully plumbed sink with two basins for easy cleanup and promote good hand washing practices to prevent cross contamination to patients from medical personnel. The basins must be stainless steel and have shutoffs for hot and cold water. They should have a rugged field case for transport and storage during those highly mobile periods. Item# 6c: Need quantity of 2 each Mobile Water Purification System that pumps 8,000 Gallons of water per day (GPD). The units need to be self contained with its own storage case configuration. Power source should be A/C 120/240 & 24VDC., 2, Lot; LI 007, PORTABLE CONCENTRATION OXYGEN SYSTEM: Item# 7a: Need quantity of 2 each Portable Oxygen concentration system with micro boost or equal. They are needed for use as a dependable supply of oxygen without the hassles of oxygen tanks. Item# 7b: Also need quantity of 2 each spare portable Oxygen concentration system kits. The Spare kits should last for at least one Year- more or less., 2, Lot; LI 008, BEDS, EMERGENCY MEDICAL W/CASE: Item# 8a: Need quantity of 24 each (12 per hospital)mobile hospital type Standard bed with foam mattress and vinyl cover. Multi-position Head and foot elevator for patient comfort and care. Item# 8b: Need quantity of 24 each storage bags for easy transport of the medical beds. The bags should be the type that doubles as a patient chart holder. Need one bag per bed so the bags won t be too heavy to carry., 24, Lot; LI 009, CHAIRS, FOLDING STEEL W/CASES:Item# 9a: Need quantity of 16 each Standard Steel Folding chairs. Item# 9b: Need quantity of 4 each transport cases. The cases are needed for easy storage and transport and should house four chairs per case., 2, Lot; LI 010, TABLE, FOLDING W/CASE: Item#10a: Need quantity of 4 each standard aluminum folding tables approximately 6 Feet Long x 30 Width x 29 Height. Item#10b: Need quantity of 2 each carrying case. The table legs should fold for easy transport or storage in the bag. The cases should transport/store two tables each so only one bag will be needed., 2, Lot; LI 011, FIRE EXTINGUISHER: Require quantity of 8 each 5lbs, 3A:40BC fire extinguishers for use in case of a fire in/or around the hospitals. This type of extinguisher can be used on multiple types of fires that fall in the categories required e.g. combustible, flammable liquid and electrical fires., 8, Lot; LI 012, MEDICAL SUPPLIES, FOOTLOCKERS & CASES: Based on the information provided by the Army Medical Command website on various Medical trauma supplies & consultation with medical personnel who will use the equipment, it was determined that the supplies identified are needed to efficiently operate the Mobile Hospital. Several medical cases are also needed to store & transport the supplies. Prefer certain cases be color coded for ease in identifying use & contents, especially during the hectic periods in the hospital. **See attachment on www.fedbid.com for full details and requirements.**, 2, Lot; LI 013, SUPPLEMENTAL PORTABLE DENTAL EQUIPMENT SUITE W/CASE: Item # 13a: Need quantity of 2 each basic lightweight aluminum patient chair with Hydraulic Base and padded chair cushions. The base should easily detach from the chair frame for convenient transport and/or storage. They should also have an adjustable headrest which slides up or down to accommodate tall or short patients. The armrest should swing out for easy patient entry. Must have 4 cases for transporting or storing the Dental chairs. Item # 13b: Need 2 portable one-piece dental unit configurations with hand piece. The units should include a powerful, yet quiet vacuum pump, a large waste container, a compressor powering an air/water syringe and an integrated water source. It should also have a multi-function hand piece for prophy and other dental delivery applications. The unit should be rugged and lightweight. The case must be impact resistant with built in wheels and built-in retractable handle. Should have hospital grade wiring with 15Amp circuit breaker protection, and an Electric hand piece and voltage must be 220V., 2, Lot; LI 014, SUITE TRAUMA LEVEL ULTRASOUND: Need two portable Ultra Sound System with a Linear Vascular Transducer and an Adult Cardiac Transducer ( one system with French Keyboard and Software Package, if possible and the other system with English Keyboard and Software), 2, Lot; LI 015, FREIGHT COST, 1, Lot; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments. ALL QUESTIONS MUST BE SUBMITTED IN WRITING IN ORDER TO BE CONSIDERED BY THE CONTRACTING OFFICER. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified by Buyer at time of award. Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. DOS A/LM/AQM Memorandum dated 04/23/08: GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. Sellers should see Questions and Answers document attached on www.fedbid.com for further specification details.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0967db420a1b9c807664fdadd735bae8&tab=core&_cview=1)
 
Place of Performance
Address: Lorton, VA 22079<br />
Zip Code: 22079<br />
 
Record
SN01648531-W 20080824/080822222148-8af4fde441e71907966826f99e0b896a (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 |
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.