Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2003 FBO #0596
SOURCES SOUGHT

A -- Medical waste processor capable of rendering infectious medical waste non-infectious, reducing volume, and producing a product not recognizable as medical waste.

Notice Date
7/16/2003
 
Notice Type
Sources Sought
 
Contracting Office
N00167 9500 MacArthur Blvd West Bethesda, MD
 
ZIP Code
00000
 
Solicitation Number
N0016703SS45
 
Response Due
8/15/2003
 
Point of Contact
Claudia Clovell, Tel: 301-227-5225
 
Description
The Naval Surface Warfare Center, Carderock Division (NSWCCD) is seeking information from potential sources who can supply equipment for rendering infectious medical waste non-infectious, reducing its volume, and rendering it unrecognizable. Information is requested on systems that meet either of the following requirements: System A: A1. Minimum load capacity of unprocessed waste: 2 ft3 A2. Minimum processing rate: 2 lb/hour A3. Typically, the system will be operated no more than 9 hours/day. In that time, it shall be loaded no more than 3 times and be able to process at least 18 lb of infectious medical waste. A4. Maximum operation, maintenance and repair envelope: footprint of 30 ft2 and height of 7.25 ft System B: B1. Minimum load capacity of unprocessed waste: 0.4 ft3 B2. Minimum processing rate: 0.4 lb/hour B3. Typically, the system will be operated no more than 9 hours/day. In that time, it shall be loaded no more than 3 times and be able to process at least 3.6 lb of infectious medical waste. B4. Maximum operation, maintenance and repair envelope- footprint of 16 ft2 and height of 7.25 ft All systems (C) shall: C1. Process solid and liquid infectious medical waste including microbiological wastes, human blood wastes, sharps, and wastes generated during routine patient examinations, surgeries, inoculations, or from patients in isolation, in any combination C2. Meet the following microbial inactivation criteria: inactivation of vegetative bacteria, fungi, lipophilic/hydrophilic virus, parasites, and mycobacteria at a 6 Log (10) reduction or greater; and inactivation of Geobacillus stearothermophilus (Bacillus stearothermophilus) spores at a 4 Log (10) reduction or greater as demonstrated through the use of surrogate biolog ical indicators in accordance with accepted industry practice such as the most recent edition of the American Society for Microbiology's Manual of Clinical Microbiology C3. Facilitate installation by allowing disassembly to 24 inches or less in one dimension and 60 inches in a second dimension for each part C4. Reduce volume of unprocessed waste by at least 75% and facilitate storage of waste for shore-side disposal C5. Minimize use of consumables C6. Require no more than 8 minutes of operator attention time per load processed C7. Be reliable and easy to install (minimum number of services required), maintain, troubleshoot, and repair C8. Be safe for operation and maintenance by preventing operator contact with infectious medical waste or contaminated surfaces before, during, and after treatment even in the event of atypical operating conditions; and prevents air contamin ation during processing C9. Incorporate features that serve to minimize the potential for human or machine errors or failures resulting in equipment damage, personnel injury, or death Consideration shall be given to: ? Lighter systems ? Systems that have integrated parametric monitoring capabilities, data collection, and record keeping This request is for technical information describing the offeror's current product or proposals for further development of production, concept, or demonstrator items. The submittals should consist of no more than ten pages of text, supplemented by no more than five pages of tabular data and illustrations. The submitted data should include a complete description of what the offeror is proposing (including a description of what type of sterilization process is being offered), the current state of development, descriptions of demonstratio ns conducted to date, specific technical data where available, power and service requirements, results of all microbial inactivation testing and protocol used to meet this criteria, and a detailed description of proposed further development efforts. An estimate of the time and cost required to deliver a demonstrator unit and/or a production unit shall also be included in the submitted data. Proposals shall be submitted electronically to David Tychman (tychmandj@nswccd.navy.mil, 301-227-5824). Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall --(1) Mark the title page with the following legend: This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any pu rpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of -- or in connection with -- the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and (2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. If system is selected for implementation, drawings, technical manuals and training will be required. Proposal submittals are desired as soon as possible but will be accepted until the due date above. The purpose of this request is to determine the state of the technology required to develop, or the availability of, a Medical Waste Processor that meets the stated requirements and to support an ongoing test and evaluation effort. HOWEVER, THIS IS A SOURCES SOUGHT SYNOPSIS AND DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT.
 
Record
SN00373104-W 20030718/030716213841 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.