Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOLICITATION NOTICE

Q -- Preventative Maintenance - Sole Source Letter

Notice Date
8/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z4539148AQ02
 
Archive Date
9/18/2009
 
Point of Contact
Misty Wilcox, Phone: 7074247766, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
Misty.Wilcox@Travis.af.mil, josephine.cobb@travis.af.mil
(Misty.Wilcox@Travis.af.mil, josephine.cobb@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Letter Travis AFB intends to award a sole source purchase order for two SimMan 3G training manikins from Laerdal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-36, Effective 11 Aug 2009 and Defense DCN 20090729 Last Update:29 July 2009, and the Air Force Acquisition Circular 2009-0318 Effective 18 Mar 2009. Award shall be made in the aggregate all or none. 0001- Manikin, Medical Training w/ touch screen patient monitor, accurately reflects a full term 50th percentile newborn, USB Web Camera, Air CO2 Hose, 3 Lead Display, Multiple Airway skills/features, simulate airway complications, Allows for ET Tube Insertion, LMA Insertion, Sellick Manoeuvre, Positive Pressure Ventilation, Right Mainstem Intubation, Suctioning, Variable Lung Compliance, and Gastric Tube Insertion, Breathing features to include spontaneous breathing with variable rate, Bilateral and unilateral chest rise and fall with mechanical ventilation, CO2 exhalation, normal/abnormal breath sounds and Oxygen saturation, Cardiac features to include 3 lead ECG display with extensive ECG library with rates from 10-300bpm and normal or murmur heart sounds, Vascular access via umbilicus with venous and arterial access for bolus or infusion, simulated blood flashback upon cannulation, Intraosseus Access, Circulation features to include heart sounds, palpable umbilical and brachial pulse, blood pressure measured manually, pneumothorax, unilateral chest movement with mechanical ventilation, unilateral breath sounds, and unilateral needle thoracentesis, mid-axillary. Manikin shall have additional features to include Sounds of Grunt breathing, crying, hiccups and others, normal lung sounds as well as stridor, pneumonia and others, normal heart sounds as well as diastolic murmur, systolic murmur, and other heart sounds. Interchangeable pupils with normal, blown, and constricted pupils. Movement in all four limbs: Limp, Tone, Spontaneous Motion and Seizure. Patient Monitor: • Wireless• Highly configurable• Includes:- ECG - SpO2- ETCO2- Respiratory Rate - programmable parameters, Multi-level alarm, Touch Screen Operation • Custom Video Display System Features: • Wireless tablet PC controls simulator remotely• Web-camera recording, - Run pre-packaged scenarios that the instructor can increase/decrease difficulty & pace• Simulation controls:• Presents patient status levels • Integrated video debriefing• Data logging• Instructor comments• The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1: technical capability of the item offered to meet the Government requirement 2:Price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-35 Equal Opportunity for Disabled Veterans; FAR 52.222-37 Employment Reports on Special Disabled Veterans; FAR 52.203-6 Restrictions on Subcontractors (Alt I); FAR 52.204-4 Printed on Copied Double Sided or Recycled Paper; FAR 52.219-8 Utilization of Small Business Concerns; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.209-7001 Disclosure of Ownership or Controlled by the Gov't; DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations & Certifications - comm'l Items. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.233-4 Applicable Law for Breach of Contracts. DFARS 252.225-7001 Buy American Act and Balance of Payment Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.204-7003 Control of Government Personnel Work Products. DFARS 252.232-7003 Electronic Submission of Payment Request. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to misty.wilcox@travis.af.mil or fax to 707-424-5189 NO LATER THAN 25 AUG 2009, 4:30 PM, PST and offers NO LATER THAN 03 SEPTEMBER, 12:00 PM, PST. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z4539148AQ02/listing.html)
 
Place of Performance
Address: Travis AFB, Travis, California, 94535, United States
Zip Code: 94535
 
Record
SN01918537-W 20090821/090820001448-e63c5b80d52ca05c5ac3305c1356e889 (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.