Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,1996 PSA#1659

CENTRAL CONTRACTING OFC MEDCOM, ATTN MCAA C BLDG 2015, 1105 BEEBE LOOP, FT SAM HOUSTON TX 78234-6000

58 -- REPLACEMENT OF NURSE CALL SYSTEM AT FT. HOOD, TX. SYSTEM TO PROVIDE AUDIO/VISUAL COMMUNICATION BETWEEN PATIENTS AND NURSING STAFF. SOL DADA10-96-R-0077 DUE 090596 POC Contract Specialist Cynthia O. Jelen (210) 221-9463 (Site Code DADA10) This is a COMBINATION SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the formation in FAR subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number is DADA10-96-R-0077 and is issued as a Request for Proposal (RFP). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 90-38. This is an unrestricted procurement. Standard Industrial Classification (SIC) is 5065 and Small Business size standard is 100 employees. The Government intends to establish a firm fixed price contract for a base period plus four one-year options to procure a replacement audio/visual nurse call system which shall include cabinets and special back boxes, cabinet rims and faceplates, necessary cable assemblies, conductors, and station adaptor plates to fit the Rauland-Borg stations to existing back boxes: installation, configuration, testing, training, and maintenance. DESCRIPTION: Rauland- Borg Responder III Plus System ''OR EQUAL'', from Rauland-Borg Corporation 3450 W. Oakton Street, Skokie, IL 60076, consisting of the following components, (1) Floor Control Station, P/N NCS4010, 17 each; (2) Area Control Panel, P/N NCS2000, 14 each; (3) HD Cabinet, P/N TCF7010, 15 each; (4) Power Line Filter, P/N NCS2030, 28 each; (5) FCS Receptacle, P/N NCS2011, 14 each; (6) Interface Module, P/N NCS6013, 14 each; (7) Single Bed Station, P/N BS130, 38 each; (8) Dual Bed Station, P/N BS230, 96 each; (9) Single Bed Station, P/N BS140, 17 each; (10) Standard Call Cord, P/N CC11B, 230 each; (11) Pillow Speaker, P/N ES310, 17 each; (12) Staff Station, P/N SS130, 103 each; (13) Duty Station, P/N DS230, 56 each; (14) Staff Register Station, P/N SRS110, 193 each; (15) Emergency Pull Cord Station, P/N PCS113, 176 each; (16) Emergency Push Button Station, P/N PBS113, 109 each; (17) Corridor 2-Lamp Dome Lights, P/N CL4092, 50 each; (18) Corridor 4-Lamp Dome Light, P/N CL4094, 204 each; (19) Amber Filters (Qty 6), P/N CLCA6, 34 each; (20) Green Filters (Qty 6), P/N CLCG6, 34 each; (21) Annunciator, P/N NCS8036, 2 each; (22) Controller, P/N NCS8000, 1 each; and (23) Duty Station, P/N DS800, 2 each. Delivery is to be made to Darnall Army Community Hospital, Fort Hood, TX 76544 within 90 days after contract award. Acceptance and Inspection shall be at Darnall Army Community Hospital, Fort Hood, TX. FOB Destination. SALIENT CHARACTERISTICS: The system shall be a microprocessor-based, multiplexed data transmission system providing two-way, voice and signaling capabilities between master station and associated patient, staff and duty stations. The nurse call system shall be provided for the following areas or zones: Anesthesia/Recovery Room (PACU); ICU/CCU; Labor & Delivery; Nursery; 2 East OB/Post Partum; 3 West Day Surgery; 3 East; 3 South Surgical; 4 East Peds; 4 West Medical; 5 West Psych; 5 East Psych; Surgical/Urology Clinic; Emergency Room; and General Outpatient Clinic/Women's Health Clinic. Each of the areas within a zone will have its own Master Station or terminal but shall be able to capture from the other Master Stations within their Zone. The system shall also have the capability of capturing from any other Master Station within the hospital. All wards shall be able to forward their station to another during periods of low staffing or if the ward is closed. Ward 4 West shall have one additional Master Station located in the room behind the Nurses Station. This Master Station shall be located at the Telemetry Station. It shall be capable of coordination with other Master Stations on the Ward. It shall be able to communicate with all rooms, corridors, etc. on the ward. Communication shall either be to all locations or specific areas. Volume of communications should be able to be controlled. Neuropsychiatric seclusion room stations shall consist of tamper-proof ceiling speakers, tamper-proof emergency button mounted in the patient's room, and a keyed switch mounted outside the patient's door. All wards shall be 100% changed out and configured similar to existing nurse call system as far as equipment placement. The change include that there is at least one Nurse Console or Master Station per nurses' station. The Nurses' Console Equipment shall be centrally placed on the Nurses Station unless otherwise instructed by the Project Officer at time of installation. All other changes shall be in configurations and technology only. Contractor shall supervise, install, test and demonstrate system. Installation shall begin within 7 days after notice to proceed. Installation, testing and training shall be completed within 30 days. Installation shall be a turnkey type. Contractor shall provide As-built & CAD drawings as part of installation. Contractor shall provide for installation to include replacement of all wiring, to include installation of all wiring through conduits. Installation of conduits where necessary shall be accomplished. On-site training on an actual instructional system shall be provided for nursing staff as well as medical equipment maintenance personnel at a time mutually agreed to by the Government and contractor. Upon expiration of warranty, contractor shall provide maintenance during option years one through four. The on-site point of contact for a site visit is Gloria Lucas, (817)286- 7010. The best commercial warranty is requested and shall be identified in offeror's proposal. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, without addenda, applies to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with offer. The provisions at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, without addenda, and FAR 52.215-5, Contract Terms and Conditions Required to Implement Statutes or Executives Orders-Commercial Items, without addenda, apply to this acquisition (including: 52.232-0028; 52.233-3; 52.222-35; 52.222-36; 52.222-37; 52.222-41; 52.222-42; 52.222-47; 52-217-8; 52-217-1). DFARS clauses are applicable to this procurement 252.212-7001; 252-225-7013; 252.225-7000; 252.225-7001 and 252.225-7012. Proposals may be provided on company letterhead stationary and shall provide this office the following information: Solicitation number; company name, address, telephone number, fax number, and point of contact; and a technical description of the items being proposed in sufficient detail to evaluate compliance with the requirement of this solicitation. This may include literature or other documents that demonstrate the products offered meet each and every requirement stated in the description to include a unit price; total extended price; any discount terms for prompt payment as applied to each time period; FOB; and correct mailing and remittance addresses. The government intends to evaluate offers and award a contract without discussion with offerors. The offeror's initial offer shall contain the offeror's best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The provision at 52.212-2, Evaluation-Commercial Items applies and the evaluation criteria is technical acceptability, delivery, past performance, and price. The government may reject any or all offers if such action is in the public interest; accept other than the lowest priced offer; and waive informalities and minor irregularities in offers received. The following FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5, in full text, may be found at URL: http://www.medcom.amedd.army.mil/medcom/mcaa. The government intends to award a contract resulting from this solicitation to the responsible offeror whose past performance is acceptable, whose offer conforms to the solicitation to satisfy the government need, and whose offer will be most advantageous to the government. Offers are due not later than 15 calendar days after publicizing of this notice. Proposal shall be mailed or hand carried to Central Contracting, MEDCOM, ATTN: MCAA-CC, Building 2015, 1105 Beebe Loop, Fort Sam Houston, Texas 78234-6000 For information regarding this solicitation, contact Cindy Jelen, phone (210)221-9463, FAX (210)221-0259/9318. Offers received after that time will not be accepted. (0226)

Loren Data Corp. http://www.ld.com (SYN# 0234 19960814\58-0001.SOL)


58 - Communication, Detection and Coherent Radiation Equipment Index Page