SOURCES SOUGHT
65 -- TEMPERATURE MONITOR - Attachment 1 (SPECIFICATION SHEET NO. 1)
- Notice Date
- 5/24/2011
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3100-11-SS-5003
- Archive Date
- 7/8/2011
- Point of Contact
- Mogen Gilson, Phone: 7177704757
- E-Mail Address
-
mogen.gilson@dla.mil
(mogen.gilson@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1 (SPECIFICATION SHEET NO. 1) This is a Request for Information (RFI) only and does not constitute a commitment, implied or otherwise, that the Defense Logistics Agency (DLA) Distribution will take procurement action in this matter. Further, neither DLA Distribution will be responsible for any cost incurred in furnishing the information requested. This announcement is for formal market research only and should not be considered a Request for Proposal (RFP). Any follow-on procurement strategy will be based on the results of the information provided from Offerors and available funding. In accordance with FAR 15.209(c), the following provision is inserted. FAR 52.215-3 - Request for Information or Solicitation for Planning Purposes. (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal Costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "Offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This Request for Information is issued for the purpose of soliciting industry's best ideas for a Commercial Off the Shelf (COTS) or modified Temperature Monitoring Device. As a result of this RFI, the DLA Distribution is requesting a technical capabilities statement that will address the items outlined in the RFI from potential Offerors. If a potential Offeror is unable to provide a total solution, the Offeror is encouraged to submit information in the role of a Prime Contractor and propose the use of any 3rd party products as needed to develop or compliment their proposed solution. Additionally, for those proposed solutions determined by the Government to meet the Statement of Requirements included in this RFI, the Government may contact the Offeror(s) and request the Offeror(s) provide a product demonstration of their proposed solution to the Government either via Video Teleconference (VTC) or in person at the DLA Distribution Susquehanna in New Cumberland, PA, at no cost to the Government. Technical Capabilities Statement Response Format: The Offeror shall provide the following information in their technical capabilities statement: •Company information to include the company size/socio-economic status, the CAGE code, and the Point of Contact (POC) information (name, email address, telephone and fax numbers); •Background/Corporate Experience; •Overview of Proposed Solution, Technical Specifications and Capabilities of the Proposed Solution; •Narrative regarding the commerciality of the Proposed Solution, to include a listing of those companies/individuals to whom the Proposed Solution has been sold and the quantity of Proposed Solution sold to each; •Past Performance references, to include POC information for each reference; Offerors are advised not to submit any product samples, as product samples will not be reviewed/evaluated/tested. Any samples submitted will be immediately returned by the Government to the Offeror. Response Submission Information: Questions regarding this RFI should be emailed to Mogen Gilson at mogen.gilson@dla.mil. Questions not received via electronic mail may not be answered. Responses may be sent via email to mogen.gilson@dla.mil. The size limitation for an email response is 15MB. Responses sent via the U.S. Postal Service should be sent to: DLA Distribution 2001 Mission Drive, Bldg 404 DLA Distribution J7 (AB), Mogen Gilson New Cumberland, PA 17070-5000 Responses sent via Commercial Carrier (i.e. FedEx, UPS, DHL, etc.) shall be addressed to the Acquisition Specialist, Mogen Gilson, and mailed to: DLA Distribution Mogen Gilson J Avenue, Bldg 404 DLA Distribution J7 (AB) New Cumberland, PA 17070-5000 Responses should be received by June 23, 2011 at 11:00 am EST. Statement of Requirements: BACKGROUND: DLA Distribution will have a future requirement for the purchase of temperature monitoring devices suitable for use in the shipment of medical materiel, pharmaceuticals, biologics, and specimens requiring a constant temperature range while in transit. The monitors will be of various quantities and shipped to various delivery destinations under a requirements type contract. SPECIFICATION SHEET NO. 1 (Attachment 1) describes the requirement for the temperature monitoring device. Please review the specification sheet and respond to this RFI as requested in the "Response Submission Information" outlined above. •The Defense Distribution Center (DDC) is currently responsible for a large number of the Department of Defense's (DoD) temperature sensitive material shipments, to include, but not limited to, vaccines and readiness medications, to forces worldwide •Temperature monitoring devices are being utilized in the shipment of medical materiel, pharmaceuticals, biologics, and specimens that require a constant temperature range while in transit. They validate packaged temperatures throughout the shipping process and provide pertinent data to both customer and shipper to ensure material viability. •Per the Federal Drug Administration (FDA), these items require a constant refrigerated temperature range of 2-8 degrees Celsius while in transit in order to guarantee potency. Additional temperature ranges must be adhered to for depot-stocked material as well as material for the Direct Vendor Delivery (DVD) program. This material must be shipped in accordance with FDA approved temperature ranges for Controlled Room Temperature (15-30 degrees Celsius) and Frozen (< -10 degrees Celsius). These additional temperature range requirements are currently being implemented. CURRENTLY: •The Defense Logistics Agency Distribution Operations at New Cumberland and supported distribution operations worldwide, use a large number of Temperature Monitoring devices for our Cold Chain Management Packaging Protocol. •All of the Temperature Monitors currently being utilized are manufactured and distributed through Sensitech, Incorporated. SPECIFICS: •Units must be electronic monitors that are 3 point tested and traceable to National Institute of Standards and Technology (NIST) established standards (certificate must be provided with every monitor shipped). •Any Device must be Compatible with Temp Tale Manager Desktop (TTMD) Software and Interface Plus optical communications hardware. •Manufacturing facility must be ISO 9001:2000 certified. •Web-accessible hosted data management system for Centralized storage for all detailed time-and-temperature records (Secure, 21 CFR Part 11 compliant repository). •Units must have a minimum 1 year limited warranty. •Units must have the ability to create a marked event date stamp and display the following sets of data (in both Celsius and Fahrenheit) digitally through a Liquid Crystal Display (LCD). •Units must have an upper range of 70 degrees C, and a lower range of -30 degrees C for non-dry ice monitors; 30 degrees C and -80 degrees C for dry ice monitors. •Units must have front face labels that are available in specific different colors with the option to add colors at no additional cost as needed. Current colors include: orange, yellow, light blue, dark blue, white, and pink. •Have lines for documentation. •Display a unique, 8-digit, numeric identifier with corresponding barcode. •Units must have a removable, unique, 10-digit, numeric identifier with corresponding barcode on the top edge. •Units must have the following: Temperature Accuracy Range of +/- 1.1 degrees C from -30 to -1 degrees C, +/- 0.22 degrees C from -1 to 10 degrees C, +/- 1.1 degrees C from 10 to 70 degrees C, +/- 1.7 degrees C from -80 to 30 degrees C. •Temperature Resolution of 0.1 degree over full temperature measurement range. •Non-volatile 2K or 16K Electronically Erasable Programmable Read-Only Memory (EEPROM) Options for memory. •Data Storage Capacity of a Maximum 1920 or 16000 data points. •1 year run life/3.0v lithium battery. •Data Sampling Interval: Programmable from 10 seconds up to a maximum of 2 hours(maximum of 15min for Dry Ice monitors). •Maximum recording period of 30 days. •Water Resistance Casing (National Electrical Manufacturers Association (NEMA) 6 rating). •Start-Up Delay: Minimum 0 seconds up to maximum 194 days (maximum of 10 days for dry ice). •Manual push-button or automatic launch start up options. •Dimensions: 3.6in L x 2.0in W x 0.67in H for non-dry ice; 3.6in L x 2.0in W x 1.2in H for dry ice; 1.6oz weight for non-dry ice; 3.8oz for dry ice (approximate). •Please see attached Specification sheet for further details on the Temperature Monitor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3100-11-SS-5003/listing.html)
- Place of Performance
- Address: DLA World-Wide, United States
- Record
- SN02455610-W 20110526/110524234712-9e5e9e99b8515855700cc4bf35378518 (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 |