Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2009 FBO #2931
SOLICITATION NOTICE

65 -- Medical simulation mannequins for first responder training

Notice Date
12/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621910 — Ambulance Services
 
Contracting Office
USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V10T4005
 
Response Due
12/17/2009
 
Archive Date
2/15/2010
 
Point of Contact
Brad Willcockson, 4063243407
 
E-Mail Address
USPFO for Montana
(brad.willcockson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. MONTANA ARMY NATIONAL GUARD Combined Synopsis/Solicitation W9124V-10-T-4005 REQUEST FOR QUOTE FOR: Medical Simulator Mannequins for First Responder Medical Training This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are hereby requested and a written solicitation will not be issued. The NAICS code is 621910 and the size standard for consideration as a small business is less than $7,000,000. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. Proposers shall quote a firm fixed price for the purchase and user training on five (5) Medical Simulator Mannequins according to the terms and conditions of this entire solicitation. Synopsis: The Montana Army National Guard (MTARNG) anticipates purchasing from a single vendor the purchase and user training for five (5) medical simulator mannequins for use in training and evaluating first responder / EMS personnel. Statement of Work: These simulators must be durable / rugged and wireless to allow for movement / relocation of the simulated casualty. Below is a list of specific clinical assessment and system features which the simulator must have in order to meet the requirements of the training in which they will be applied: Clinical FeaturesAirwayTraumaSounds - Secretions: teary eyes, runny nose, foaming mouth - Endotracheal and nasotracheal intubation- Bilateral needle decompression of tension pneumothorax- Bowel sounds in all four quadrants (normal and abnormal) - Eyes: pupils react to light, can be set independently- Surgical and/or needle cricothyrotomy- Bilateral placement of chest tubes- Heart sounds (normal and abnormal) - Lips and fingernails become cyanotic or flushed in relation to perfusion crisis- Tounge edema, laryngospasm, breakaway teeth- Detachable legs at knees and/or arms at elbow for application of tourniquet (w/bleeding)- Breath sounds anterior and posterior (noal and abnormal - Spontaneous chest rise and fall - Ventilation- Internal reservoirs for blood and other bodily fluids- vocalization and speech (pre-programmed or via wireless microphone) - IV cannulation bilaterally w/flashback Cardiac - Cardiac monitoring and defibrillation- Full range of motion characteristics in extremities and neck - BP auscultation and palpation bilaterally- Chest compressions with carotid pulse response - Pacing- Intraosseous resuscitation capabilities in manubrium / lower leg for (FAST 1 or EZ-IO devices)System - wireless control system (laptop or PDA) - all necessary software -carrying case (soft or hard) - Bilateral pulse points at carotid, brachial, radial, femoral, popliteal, and pedal- palpable bone structure and intercostal spaces- Training package - warranty (3 year?) - battery power for at least 3.5 hours per charge - Distal pulses shut off as BP drops to show perfusion loss - pulse oximetryGenitourinary - interchangeable male and female genitalia- Injection sites and internal blood circulation for bilateral IV, phlebotomy, and infusion through major vein systems- extra batteries - replacement items (skins, veins, injection pads, etc.) - CO2 discharge for colorimetric end-tidal detection- urinary output / fluid discharge - IM injection sites in deltoids and thighs Quote Submission: To be considered responsive, quotes shall include, at a minimum: A.A firm fixed price for all items listed above in the Statement of Work (SOW). B.A pricing break-down schedule for all items in SOW allocated among the following categories: (1) Cost per unit quoted FOB destination to Fort Harrison, MT 59636, (2) Cost of providing the training package to EMS instructors, (3) Other costs. C.An exception list clearly disclosing any requirements the proposer cannot fulfill and/or any shortcomings between unit capabilities and the SOW requirements. D.Copies of the equipments technical specifications with sales brochures, if available. Additionally, and optionally, the following may be included in the proposal: A.Additional services and costs beyond the minimum/base solution. B.Creative, innovative, or alternative solutions or options not conforming to the above proposal format. All questions and/or requests for additional information shall be directed exclusively to the Contracting Officer, Major Brad Willcockson, at brad.willcockson@us.army.mil. Proposers shall not communicate with other members of the Montana Army National Guard, or its business associates, for the purpose of obtaining information about this requirement. After the deadline for asking questions a list of all questions asked and answered will be compiled and sent to all proposers who have expressed and interest in this RFQ so all proposers will be privy to the same information. Proposers shall not visit the installation sites listed in this proposal for the purpose of obtaining information about this proposal. All site visits will be conducted post-award. Contract financing (advance payment) is not authorized for this contract. Contractor will be paid once completion and acceptance of work has occurred. The deadline for submitting questions or requests for additional information is 1500 hours (3:00 PM) on 11 December 2009, Mountain Standard Time. The deadline for submitting quotes is 1500 hours (3:00 PM) on 17 December 2009, Mountain Standard Time. Offers must be received on time to be considered responsive. The provision of 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (April 2002) applies to this RFQ. 52.212-3 Alt I clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will represent the best value to the Government. The best value determination will be made by evaluating the contractors offer based technical compliance with the SOW and price. Should competing products be determined to be of equivalent technical capabilities, price will be the determining factor. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.203-3 Gratuities APR 1984 52.203-6 ALT 1 Restrictions on Subcontractor Sales to the Government OCT 1995 52.204-4 Printed on Copied-Double Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration APR 2008 52.211-6 Name Brand or Equal 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 EvaluationCommercial Items JAN 1998 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JUN 2008 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JUL 2005 52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans SEP 2006 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-41 Service Contract Act of 1956 NOV 2007 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-5 Pollution Prevention and Right to Know Information AUG 2003 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 InsuranceWork on a Government Installation JAN 1997 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated by Reference FEB 1998 252.201-7000 Contracting Officers Representative AUG 1992 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications Commercial Items 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7012 Preference for Certain Domestic Commodities MAR 2008 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 Prospective offerors may visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Complete descriptions of the provisions and clauses referenced in this synopsis/solicitation may be viewed on the internet at http://farsite.hill.af.mil. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government, price and technical merit considered. If the technical merit from all offerors is found to be equivalent, price will be the determining factor. Offers may be submitted by hard copy to: USPFO for Montana Purchasing and Contracting Department ATTN: MAJ Brad Willcockson 1956 Mt Majo Street, Post Office Box 4789 Fort Harrison, Montana 59636-4789 Offers may be submitted by e-mail to: brad.willcockson@us.army.mil. Offerors must quote all prices FFP (Firm Fixed Price) FOB Destination Fort Harrison, MT, 59636, and state whether prices are Open Market or GSA. If you have any questions, please e-mail MAJ Brad Willcockson, Contracting Officer, at (406) 324-3407, or by e-mail brad.willcockson@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V10T4005/listing.html)
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT
Zip Code: 59604-4789
 
Record
SN02013595-W 20091203/091201235235-b921c3c82427143188cfec1e2ef48cc4 (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.