Patient Temperature Management System
Department of the Army, U.S. Army Medical Command | Published April 11, 2016 - Deadline May 11, 2016
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.This is a solicitation, no. W81K02-16-T-0080, Purchase Request 0010845303, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510; Size Standard for small business is 500 employees. RFQ is being issued as UNRESTRICTED. This requirement is for a Patient Temperature Management System to be used at Madigan Army Medical Center, Joint Base Lewis-McChord (JBLM) Tacoma WA. The proposed purchase order is a one-time procurement for LINE ITEMS 0001 through 0009.All responsible Contractors shall provide an offer for the following Brand Name orEqual Products:
LINE ITEM 0001: Temperature Management System, w/ 12 Month Warranty EA 00003LINE ITEM 0002: Calibration Test Unit EA 00001LINE ITEM 0003: 2 Year Extended Warranty - Each System EA 00003LINE ITEM 0004: Extra Small Gel Pad Set EA 00001LINE ITEM 0005: Small Gel Pad Set Case EA 00001LINE ITEM 0006: Medium Gel Pad Set Case EA 00001LINE ITEM 0007: Large Gel Pad Set Case EA 00001LINE ITEM 0008: Regular Gel Pad Set EA 00001LINE ITEM 0009: Estimated / Actual Freight Charges EA 00001
SALIENT CHARACTERISTICS:
The above system provides accurate temperature regulation to critically ill patients. It does this non-invasively and makes constant adjustments to temperature in order to keep the patient in the therapeutic range dictated by the orders of the physicians.
Characteristics:A. 2 therapy modes, normothermia, and hypothermiaB. Heater capacity, 2500BTU per hour/ 750 Watts.C. Continuous patient temperature with precision targeting.D. Responses of the PCLCS (Physiologic Closed-Loop Control System)E. Initiates in minutesF. Advanced thermal transfer.TECHNICAL SPECIFICATIONS:
Therapy Modes: Normothermia: Control PatientHypothermia: Cool Patient, Rewarm PatientHeater Capacity: 2500 BTU/hour / 750 WattsCirculating Fluid: Distilled or Sterile WaterReservoir Capacity: 3.5 LitersWater Flow Rate: 5 Liters per minutePatient Probe Type: YSI 400 Series compatiblePatient Temperature Inputs Patient Temp 1: control, monitor, alarmPatient Temp 2: monitor, alarm
Definitions: F = Fahrenheit; C = Centigrade
Patient Temperature DisplayRange: 10*C to 44*C, 50*F to 112.2 *F, 0.1*C / F increments, 30.4*C(10*C to 32*C), 30.2* C (32*C to 38*C), 30.4*C (38*C to 44*C)Patient Temperature MeasurementAccuracy Includes 3*0.1C External probe
Patient Temperature Control Range 32*C to 38.5*C (89.6*F to 101.3*F) 0.1*C / *F increments
Water Temperature Display 3*C to 45*C (37.4*F to 113.0*F) 1*C/* F incrementsRange Water Temperature Control Range 3*C to 45* C (37.4*F to 113.0*F) 1*C/*F incrementsWater Temperature Control Range 4*C to 42*C (39.2*F to 107.6*F) 0.1*C/*F increments(Manual)High Water Temperature Limit 36*C to 42*C (96.8*F to 107.6*F) 1*C/*F incrementsMains Input 115 VAC, 60 Hz, 11.0 Amp (nominal)230 VAC, 50 Hz, 5.5 AmpLeakage Current Operating Relative Humidity Range 5% to 70% non-condensingStorage Relative Humidity Range 5% to 95% non-condensingStorage Temperature Range -30*C to 50*C/ -20*F to 120*FDimensions Height: 35 inches (89cm), Width: 14 inches (36cm) Depth: 18.5 inches (47cm)Weight Empty: 43kg (95 lbs.); Filled: 47kg (103 lbs.)Delivery shall be FOB Destination to Madigan Army Medical Center, Tacoma WA. Pricing quote shall include all applicable freight and fees.
EVALUATION OF FACTORS:
Award will be made based on Technically Acceptable, Lowest price.The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation.
Technical Factors are more important than Price. Price must be determined to be fair and reasonable.
The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.232-33 Payment by Electronic Funds, 52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Re-representation, 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, 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, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy
The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials, 242.203-7002 Requirements to inform employees of whistleblower rights, 252.204-7003 Control of Government personnel work product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation),252.204 7015 Disclosure of Information to Litigation support contractors, 252.211-7003 Item Unique Identification and Valuation, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program, 252.225-7048 Export Controlled Items, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea, 252.244-7000 Subcontracts for Commercial Items and Commercial Components.
The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.af.mil .
All vendors will be required to submit invoicing through the Wide Area Work Flow Suite electronic invoicing system, known as IRAPT (formerly WAWF).Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov . Offers are due by 11 May 2016 @ 12:00 PM, Pacific Standard Time. Submit signed and dated offers via fax to Walter Bischoff at (360) 360-0787 or email: walter.j.bischoff.civ@mail.mil. .Contracting Office:
Regional Health Contracting Office-PacificJoint Base Lewis-McChord (JBLM), Health Contracting Cell,673 Woodland Square Loop SE, Suite 101Lacey WA 98503
Place of Delivery:
Madigan Army Medical CenterBldg. 9040 Fitzsimmons DriveTacoma WA 98433-5000
If there are any questions, please present your questions to; Walter J. Bischoff; Only by Email: walter.j.bischoff.civ@mail.mil