Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
SOLICITATION NOTICE

65 -- A Physiological Status Monitoring (PSM) Training System that will provide United States Army War College students the opportunity to increase self-awareness and education on the complex interplay of leadership, resiliency and fitness.

Notice Date
9/13/2012
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
0010196800
 
Response Due
9/20/2012
 
Archive Date
11/19/2012
 
Point of Contact
Oscar Clark, (757) 878-3166
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(oscar.m.clark.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Purchase Request Number 0010196800 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This acquisition is solicited as a Small Business set-aside basis for NAICS 334510, size standard 500 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to Zephyr Physiological Status Monitoring (PSM) Training System, manufactured by Zephyr Technology Corporation. Requirement: Currently United States Army War College does not possess a physiological status monitoring system to analyze and provide feedback and education to increase self-awareness, build resiliency and mitigate physical risk. A Physiological Status Monitoring (PSM) Training System will provide USAWC students the opportunity to increase self-awareness and education on the complex interplay of leadership, resiliency and fitness. Contract Line Items: Item 0001: 100 each - 1 BT BH 3 Bio-module, 1 Large Side Strap Item 0002: 20 each - Bio-harness 3 Side Strap M-XL, Fits 32-42 Item 0003: 1 each - 50 MAN PSM Training System Bundle - Omnisense 3.0, 50 Position Charging Case, Long Range Antenna, Cables and Documentation Item 0004: 2 each - Toughbook Panasonic Item 0005: On Site Training for PSM Item 0006: Shipping Delivery: Partial line item quantities to be ordered as needed during the period from date of award through 30 September 2012. Required deliveries are 1 (one) day after receipt of order. FOB Destination, U.S. Army War College, Carlisle PA 17013-5085 VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: Salient Characteristics/Product Specifications: 1.Integrated capability to monitor: heart rate, breathing rate, body position, speed, skin temperature and recovery 2.Allows for real-time interpretations for dehydration, heat stress and fatigue as it relates to exercise intensity and human performance 3.Real- time monitoring of up to 64 people simultaneously 4.Integrated wireless technology 5.Ability to compare, contrast and analyze physiological performance after event 6.Determines ventilatory threshold 7.System portability for indoor and outdoor use 8.Fabric chest strap is non-restrictive, comfortable and washable 9.Interpretation/evaluation software Vendors shall comply with FAR 52.211-6 if submitting other than the brand name products. FAR clause 52.211-6 (and other provisions and clauses throughout this solicitation) can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. Federal Acquisition Regulation (FAR) provision 52.212-1 [Instructions to Offerors - Commercial] applies to this acquisition to include the following addenda: All Offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation of Quotes: The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to this solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an "all or none basis". The following factors will be used to evaluate quotes: 1. Technical Acceptability: In order to be considered technically acceptable, vendors must demonstrate that all items proposed [if other than Brand Name] meet or exceed the "salient characteristics" listed above. 2. Price. All quotes will be evaluated on Technical Acceptability. The award decision will be based on the Lowest Priced, Technically Acceptable quote. The following clauses apply to this solicitation: 52.212-3 [Offeror Representations and Certifications-Commercial Items] 52.212-4 [Contract Terms and Conditions - Commercial Items] 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items] and the following sub FAR clauses apply to this acquisition: 52.203-6 [Restrictions on Subcontractor Sales to the Government, Alternate I] 52.219-8 [Utilization of Small Business Concerns] 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns] 52.222-3 [Convict Labor] 52.222-19 [Child Labor - Cooperation with Authorities and Remedies] 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity] 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans] 52.222-36 [Affirmative Action for Workers with Disabilities] 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans] 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees] 52.225-13 [Restrictions on Certain Foreign Purchases] 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration] Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with the following sub FAR and DFARS clauses apply to this acquisition: 52.203-3 [Gratuities] 252.225-7001 [Buy American Act and Balance of Payments Program] 252.225-7012 [Preference for Certain Domestic Commodities] 252.225-7021 [Trade Agreements] 252.232-7003 [Electronic Submission of Payment Requests] 252.243-7002 [Requests for Equitable Adjustment] 252.247-7023 [Transportation of Supplies by Sea] The closing date and time of this solicitation is 20 September 2012, 02:00 P.M. Eastern Standard Time. Quotes shall be submitted on company letterhead and signed by a company representative by the closing date and time. Quotes may be submitted via e-mail, or fax. (E-mail: oscar.m.clark.civ@mail.mil fax: (757) 878-4455). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Oscar Clark, telephone: (757) 878-3166 ext 3378; E-mail: oscar.m.clark.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/969920d7d3cd452d779fdd6d6d1151a5)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2746, Harrison Loop Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN02881436-W 20120915/120914000951-969920d7d3cd452d779fdd6d6d1151a5 (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.