SOLICITATION NOTICE
65 -- wheeled litter carrier
- Notice Date
- 9/2/2010
- Notice Type
- Presolicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- spm2dh10r0011
- Archive Date
- 10/6/2010
- Point of Contact
- Joseph P. Satterthwaite, Phone: 2157376199
- E-Mail Address
-
Joseph.Satterthwaite@dla.mil
(Joseph.Satterthwaite@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- September 2, 2010 WHEELED LITTER CARRIER (WLC) 1. SCOPE This Statement of Work (SOW) describes the required efforts for the procurement of a Wheeled Litter Carrier (WLC) for use in a variety of field medical venues among the different military services. 1.1. Background The U.S. Military services have previously used the Wheeled Litter Carrier (NSN 6530-01-220-7186) as the primary means of transporting litter-borne patients. A replacement litter carrier is now needed because the previous carrier is no longer procurable. 1.2. WLC Item Description The WLC allows two users to quickly transport a patient on a standard NATO litter. The WLC is equipped with four rotary-style clamps used to secure the litter in place. It will also include two each of the operations and maintenance manual (one hard copy, and one electronic CD copy). Further salient characteristics are described in section 2 below. A brief summary of the characteristics of the WLC include: shall accommodate military litters that meet the standard NATO agreement (STANAG) 2040, assembled dimensions and storage dimensions cannot exceed 42" L x 36" H x 32" W and 30" L x 40" H x 24" W respectively, and shall be capable of safely carrying a patient plus additional life support equipment (minimum of 350 lbs, objective of 500 lbs). 1.3. Definitions of terms used herein: Verification Method: One or more of the following methods shall be used for verification of capabilities and requirements: Inspection: Verification without the use of special laboratory appliances or procedures. This may include visual examination, simple physical manipulation, and/or mechanical and electrical gauging and measurement. Demonstration: Verification that involves actual operation, adjustment, or assembly under specific scenarios. Validation through a user assessment survey may be conducted. Test: Verification that involves thorough exercising of an item under specified conditions with instrumentation and data analysis accomplished IAW a set of applicable test procedures. 2. SALIENT CHARACTERISTICS 2.1. The Wheeled Litter Carrier (WLC) shall be capable of accommodating military litters that meet Standard NATO Agreement (STANAG) 2040. Verification Method: Accommodating military litters shall be verified by Demonstration. 2.2. The WLC shall consist of four rotary-style clamps for securing the litter in place, and be capable of being used as a litter stand. Verification Method: WLC characteristics shall be verified by Inspection and Demonstration. 2.3. Unless otherwise specified, all surfaces including wheels shall be painted with one lusterless paint color (Olive Drab or Tan). Verification Method: Color shall be verified by Inspection. 2.4. The WLC shall weigh no more than 50 lbs. Verification Method: Weight shall be verified by Inspection. 2.5. The WLC shall have a lightweight, heavy-duty, ruggedly designed frame and corrosive resistant parts. Verification Method: Frame characteristics shall be verified by Demonstration. 2.6. The WLC shall be capable of safely transporting a patient plus additional life support equipment (minimum 350 lbs, objective 500 lbs). Verification Method: Transport of required load shall be verified by Demonstration. 2.7. The WLC shall have a maximum width of 32" when assembled. Assembled dimensions shall not exceed 42" L x 36" H x 32"W. Verification Method: Assembled dimensions shall be verified by Inspection. 2.8. The WLC shall have the smallest stored dimensions possible with minimal disassembly. Storage dimensions cannot exceed 30" L X 40" H X 24" W. Verification Method: Stored dimensions shall be verified by Inspection. 2.9. If tires are pneumatic, the WLC shall include a tire pump and patch kit stored inside the allotted storage dimensions (30" L X 40" H X 24" W). Verification Method: Required accessories shall be verified by Inspection. 2.10. Tires shall not require maintenance more often than semi-annually. Verification Method: Maintenance shall be verified by Inspection. 2.11. WLC shall not require an assembly and disassembly time of more than 10 minutes by an operator with little or no training. Verification Method: Assembling and disassembling time shall be verified by Demonstration. 2.12. The WLC shall be capable to operate in and withstand the effects of shocks or transient vibrations encountered during shipping and handling. Verification Method: Shipping and handling operation shall be verified by Test. The WLC, in its operational configuration, is to be tested IAW tailored provisions of MIL-STD-810G, method 516.6-Proecedure II-Material to be packaged. The WLC candidate undergoes 6 drops, one on each face of a previously undamaged and packaged test item, from four feet onto the test platform's steel surface. 2.13. The WLC shall be capable of operating in and withstanding the effects temperature (Severe Cold -60˚F and Intense Heat 140˚F). Verification Method: High and low temperature operation shall be verified by Test. The WLC, in its operational configuration, is to be tested IAW tailored provisions of MIL-STD-810G, method 501.5-Procedure II-Operation and method 502.5, Procedure II-Operation. The WLC candidate is exposed at temperature for a test period of 2 hours. The system shall operate during this test. 2.14. The WLC shall be capable of operating in and withstanding the effects of high temperature and high humidity. Verification Method: High temperature and high humidity storage shall be verified by Test. The WLC, in its operational configuration, is to be tested IAW tailored provisions of MIL-STD-810G, method 507.5-Procedure II-Aggravated. The WLC candidate is exposed at 0˚F and then 160˚F and 90% relative humidity for a test period of 1 hour each. The system shall operate during this test. 2.15. The WLC shall be capable of operating in and withstanding the effects of transportation as loose cargo over rough terrain. Verification Method: Loose cargo transportation shall be verified by Test. The WLC, in its operational configuration, is to be tested IAW tailored provisions of MIL-STD-810G, method 514.6-Procedure II-Loose Cargo. The WLC candidate shall be placed on a test platform programmed for 200RPM and 1 inch amplitude for a test period of 30 minutes. Then, the platform is adjusted to 300RPM and 1 inch amplitude for an additional test period of 30 minutes. The system shall operate after this test. 2.16. The WLC shall be capable of operating in and withstanding the effects of vibration. Verification Method: Vibration shall be verified by Test. The WLC, in its operational configuration, is to be tested IAW tailored provisions of MIL-STD-810G, method 514.6-Category 4-Composite Vehicle Vibration. The WLC candidate shall be exposed to 4GRMS for a test period of 1 hour. The system shall operate after this test. 2.17. The WLC shall be capable of operating in and withstanding the effects of settling dust and sand. Verification Method: Settling dust and sand operation shall be verified by Test. The WLC, in its operational configuration to be tested IAW tailored provisions of MIL-STD-810G, method 510.5-Procedure I-Blowing Dust. The system shall operate during this test. 2.18. The WLC shall be capable of transport that effective and suitable for the ease of attaching/detaching the litter, ease of patient transport, ease of maneuverability, and ease of overall use. Verification Method: Effective and suitable use shall be evaluated by Demonstration. The WLC, in its operational configuration will be evaluated through administered questionnaires to all litter users. Respondents will be asked to rate their level of agreement with statements regarding the effectiveness and suitability of each carrier. 3. VENDORS RESPONSIBILITIES 3.1. The vendor shall provide access to the technical data package, operations and maintenance manuals and schematics on CD-ROM and hard copy, consumables list, and parts listings at no additional charge to the government. Limited data rights are required so the U.S. Armed Forces may post maintenance and operations information on government websites. The vendor shall also provide a list of general and special tools required for maintenance. Contractor shall also provide a complete list of all accessories that will come with the system. 3.2. All data provided with the offer shall describe only what is being offered. If commercial literature is attached, it shall be gleaned for information not applicable to the offer and marked as not included. In addition to testing each minimum system requirements and operational system characteristic considerations, the Government reserves the right of inspecting by visual investigation or testing any claimed feature or component in the offer and rejecting the offer if the claim cannot be validated. 3.3. Certification of device configurations for testing. The offeror shall provide device component block diagrams for the device to be tested. The purpose of these diagrams is to certify that the configuration of the device as tested is in conformance with the offer's configuration. Misrepresentation of device test configuration may constitute grounds for test disqualification. Each device diagram shall be certified by signature of the appropriate representative of the offeror. The Government reserves the right to spot check actual device configuration at any time during testing. 3.4. Contractor shall submit a demonstration product for evaluation. Submissions under this RFP may be subjected to operational and environmental testing to verify certain criteria. 3.5. Contractor shall provide operator's instruction and maintenance service manuals for review. 3.6. Government is not responsible for damage incurred to any system as a result of authorized testing. 3.7. Contractor shall provide a statement of technical risks and uncertainties associated with the system. 4. Request for Proposal The Request for Proposal(RFP)when issued will require: - All prospective manufacturers and suppliers shall submit a Product Demonstration Model (PDM) for evaluation and testing with their proposal submission. FDA certifications will also be required. These certifications can take time and the contractor shall submit paperwork to the FDA prior to testing, and the system shall be certified prior to award of a contract. 5. The aggregate estimated dollar values for this solicitation, when issued, are: Guaranteed Minimum dollar value is $2,500.00 per year for the life of the contract; the anticipated estimated dollar value $700,000.00 for the base year and $200,000.00 per each additional option year, if exercised; The aggregated maximum dollar value for the five-year contract is $4,600,000.00.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/spm2dh10r0011/listing.html)
- Record
- SN02265256-W 20100904/100902235245-d61f9a286b302b02712854d95b5f93d7 (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 |