Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2003 FBO #0556
MODIFICATION

63 -- Infant Protection System with Installation

Notice Date
6/6/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-03-T-0060
 
Response Due
6/13/2003
 
Archive Date
6/28/2003
 
Point of Contact
Laura Pruett, Purchasing Agent, Phone 619-532-8110, Fax 619-532-5596, - Frank Aspuria, Supervisory Contract Specialist, Phone 619-532-8093, Fax 619-532-5596,
 
E-Mail Address
lmpruett@nmcsd.med.navy.mil, fcaspuria@nmcsd.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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 only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-03-T-0060 is issued for reference purpose only. Solicitation is for the purchase with installation of an infant security system that is centrally run through a computer system that provides an effective deterrent against infant abduction. 0001. INFANT PROTECTION SYSTEM An infant security system that is centrally run through a computer system that provides an effective deterrent against infant abduction. System is to include these features: - HIPPA compliant - Be able to read digital data from infant sensor tags- One piece molded infant tags of high impact plastic - Non user interfaced recognition of infants - Mother-baby matching capability that is able to support multiple births and mother and infant tag automatically bond with an audible tone. - Must be able to monitor mother-baby matching system anywhere in the safe zone. - Banding material must be hypoallergenic, waterproof, and be pre-measured. - Self-diagnostic testing on sensor and systems without user involvement. Auto enrolls infant as soon as sensor is placed on infant so protection starts immediately. Tag emits on encoded signal every 10 seconds. - Will alarm if: someone tries to exit a monitored door or elevator with a protected infant without authorization, banding material is cut or tampered with, infant tag has not bee detected by the system for pre-set time period, if a tag battery is low, if a previously authorized transport ahs occurred but have not returned in the designated time, and if someone tries to remove a baby after another alarm has gone off, commonly referred to a "piggybacking". Portal exciters with audible alarms warning people that they are approaching unauthorized exits. Handles multiple users on the system at one time - Provide 24hr, 7 day a week service capability. Must include computer remote diagnostic capability - Education of 50% of nursing and support personnel 1 year warranty on parts and labor with the option to renew at 9-month mark., Remote terminal in the security office for monitoring by security personnel. 0001AA. 1 each @ $___ = $ ___ COMPUTER NETWORK CONTROLLER Low profile PC, P4 or greater with: 15" LCD monitor, CD-ROM, 56K bps modem, UPS, Windows 2000, LAPLINK Communications Xmark Control Module for Hugs 0001AB. 2 each @ $ ___ = $ ___ LOW PROFILE NETWORK WORKSTATIONS, Low profile PC, P4 or greater with: 15" LCD monitor, CD-ROM, UPS, Windows 2000, - HUGS Software License for each nursing workstation 0001AC. 1 each @ $ ___ = $ ___ HP 100 LASERJET PRINTER, or equivalent 0001AD. 1 each @ $ ___ = $ ___ XMARK HUGS APPLICATION SOFTWARE 0001AE. 1 each @ $ ___ = $ ___ XMARK KISSES MOTHER / BABY, Matching software license, up to 50 Kisses tags 0001AF. 1 each @ $ ___ = $ ___ SOFTWARE LICENSE TAGS, Up to 100 tags 0001AG. 7 each @ $ ___ = $ ___ PORTAL EXCITERS, To cover potential perimeter exits 0001AH. 4 each @ $ ___ = $ ___ LOCAL AREA RECEIVERS, Within defined areas listed 0001AJ. 1 each @ $ ___ = $ ___ PROGRAMMABLE VOICE ANNUNCIATOR, MacFi-mp-40 8 channel 0001AK. 1 each @ $ ___ = $ ___ VOICE ANNUNCIATOR SPEAKERS 0001AL. 1 each @ $ ___ = $ ___ 12/ 24 POWER SUPPLY, 6 amps w/ 5 regulated outputs. Battery backed 0001AM. 30 each @ $ ___ = $ ___ INFANT PROTECTION TAGS, Kisses compatible 0001AN. 8 each @ $ ___ = $ ___ HUGS BRACELET, Infant size 100/pg 0002. INSTALLATION, Installation is to include all labor, tools, wiring, hardware and material needed to complete the requirement. Installation must be accomplished by the contractor bidding and meet the government completion date. Installer shall remove all boxes and packing material. Security system components will be delivered to and installed in 3 North, Bldg 1, 3rd floor with an additional monitor installed at Security, Rm 1G-32K2, Bldg 1, 1st floor. All work will be done Monday through Friday 0800 to 1600. Installer will contact the government POC two weeks prior to installation to arrange a delivery and installation time plus make any arrangements with facilities personnel that may be necessary. Government POC: HMC Tracy Macon, ph# 619-532-5044, pgr: 888-627-5912. 0002AA. 1 each @ $ ___ = $ ___ SYTEM INSTALLATION, Includes all wiring and materials. (Contractor shall provide itemized system installation breakdown including hourly labor rate and required labor hours). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-10. This acquisition incorporates the following FAR clauses: 52.212-1 Instruction to Offers- Commercial Item (Oct95): 52.212-3 Offeror representations and certification ? Commercial Items (Oct95) must be completed and submitted along with the quote (Please contact Laura Pruett at (619) 532-8086 if a copy is needed; in accordance with 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Aug96) the following clauses are incorporated by reference in paragraph (b): 52.222-26 Equal Opportunity (E.O.11246); 52.222-35 Affirmative Action for Special Disabled and Vietnam ERA Veteran (28U.S.C.4212); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam ERA (38 U.S.C.4212), 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.212-4 Contract terms and conditions Commercial Items (OST 95). 52.232-36 Payment by Third Party (May 1999) 52.212-2, Evaluation ? Commercial Items (1999). 52.222-41 Service Contract Act of 1965, As amended (41 U.S.C. 351,et. Seq), 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et.seq.), 52.222-44 Fair Labor Standards Act and Service Contract Act ? Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.211-6 Brand Name or Equal, DFARS 252.204-7004, Required central contractor Registration (MAR 1989); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Item (APR2003), DFARS 252.225-7002 Qualifying Country Sources as Subcontractors, All interested Bidders must submit quotation plus specification and provide past performance to Laura Pruett, Naval Medical Center San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134, by FAX (619) 532-5596 or by e-mail @ lmpruett@nmcsd.med.navy.mil. This Acquisition is restricted unless using GSA Federal Supply Schedule Contract. Contractor may bid on brand name or equal, Award will be based on past performance, technical evaluation, installation requirement and meeting the government installation completion date. All quotation must be received by the close of business date of June 13, 2003, 3:30 p.m. Pacific Standard Time, to be considered responsive (bidders may bid using GSA Federal Supply Schedule Contract if applicable). The Government is submitting for a Wage Determination from the U.S. Department of Labor that shall apply. SIC 7699, Size Standard 5.0.
 
Place of Performance
Address: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA
Zip Code: 92134
Country: USA
 
Record
SN00341894-W 20030608/030606213538 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.