Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2004 FBO #0828
SOLICITATION NOTICE

66 -- AUTOMATED BREATHING METABOLIC SIMULATOR

Notice Date
3/1/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-04-T-0345
 
Response Due
3/11/2004
 
Archive Date
5/10/2004
 
Point of Contact
Brenda Fletcher, 410-278-0876
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(brenda.j.fletcher@us.army.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 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. The combined synopis/solicitation number is W91ZLK-04-T-0345. The contractor shall provide a computer-controlled machine that simulates human breathing and metabolism. It must provides a n accurate and reliable method for testing and measuring the performance of breathing apparatus. The machine shall be human-like in its breathing waveform, oxygen and carbon dioxide exchange, and heat and water exchange. All breathing volumes and gas exch ange parameters are variable and software selectable. This prices shall includes installation, validation testing, on-site training, and unlimited product support via telephone and email. The specification shall be: Software Specifications, Microsoft Win dows 2000 and LabView 6.1, User shall be able to create new protocols through software controls.Protocol may contain one work rate or multiple works rates of varying durations, Software selectable VCO2, Software selectable VO2, Software selectable Tidal Vo lume, Software selectable Respiration Rate, RR, Software selectable Minute Volume, VE, Software selectable warm up period, Software selectable metabolic transition smoothing (changing work rates), Software selectable intermediate metabolic levels, Softwa re selectable waveforms: Silverman, human, trapezoidal, sinusoidal or custom, Software selectable ambient pressure and temperature ?????? all output data is in STPD. The programmed protocols shall include all man tests required by NIOSH, per US 42 CFR 84. This includes 50th and 95th percentile mantest simulations for all listed durations, User selected data averaging intervals, User selected warm up period. The Utility Programs shall include Respirator - Fit Leakage - Tests maintain a user selected positi ve or negative pressure on the respirator and measures the flow rate of gas out of or into the respirator. This quantifies the leak rate of the respirator fit in cc/second at the selected pressure, O2 Regulator Flow Test - measures the bias flow of oxygen supplying respirator by running the above test with zero pressure request, Demand valve activation Test - a series of increasingly negative pressure leak tests, Manual metabolic valve control - opens or closes the metabolic valves a user specified number o f turns, Manual measurement - allows the analog signals as measured by the computer to be viewed, The program will give you your choice of signals, inform you of the scale and offset values for that signal, and allow you to use those factors or supply you r own. It samples the analog input at rate of 10 Hz and gives the mean, standard deviation, and minimum and maximum every 100 readings. This program is useful for making static or slowly varying measurements, or to check the accuracy of the factors in the calibration file by measuring know quantities and comparing them against the computer??????s measures. The Output Data Analysis Programs shall be automatically removes the warm-up period from data file, Find the test endpoint based on specified minimum in spired CO2 level, Estimate the total CO2 absorbed by the respirator, the total O2 Produced by the respirator and computes the total volume of expired gas The Brief Calibration shall include the oxygen and carbon dioxide gas analyzers can be calibrated in j ust over a minute with little operator involvement. The Full Calibration shall requires about four hours with little operator involvement. In addition to the calibration of the analyzers, the full calibration calibrates the flow through the three metabol ism valve, storing the results in a data file. Additional Calibration Programs shall include additional separate programs allow calibration of the pressure tr ansducer and the wet and dry bulb thermocouple inputs for scale and offset. The Leak Test program measures the leak rate at user selectable pressure and duration. The Performances Specifications shall be VO2: 0-7 liters per minute STPD, VCO2: 0-7 lite rs per minute STPD, VE 10-150 liters per minute STPD, RR: 6-100 breaths per minute, Option to display to screen or printer; VO2, VE, VCO2, peak inhalation pressure, peal exhalation pressure, expiration time, inhalation time, percent inhaled O2 (max. min . and average), percent inhaled CO2 (max. min. and average), peak expired CO2 inhaled and exhaled wet bulb temperature (max. min. and average), inspired and expired work of breathing (cm H2O x liters), inspired and expired volume. The contractor shall pro vide the following documentations Operating Guide for the Metabolic Simulator and Software Guide 3 Metabolic Simulator. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragrap h (a) of that provision are as follows: Technical, past performance and price. Technical and Past Performance when combined are significantly more important than cost or price. The government is not responsible for locating or securing any information, wh ich is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive materials (such as cuts, illustrations, drawings or other information) necessary for the government to det ermine whether the product meets the salient characteristics of the requirement. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modi fications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance w ill consider the ability of the offeror to meet the delivery schedules, warranty, and support. Offerors must include records of three recent sales and identify a point of contact for each by providing a name and telephone number. The government will awar d a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. Offeror shall include a com pleted copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items , applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable : FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilitie s (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), DFAR 252.204-70 04 Required Central Contractor Registration, DFAR252.243-7001 Pricing of Contract Modifications, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items. The full text of the FAR references may be accessed electronically at this addre ss: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by March 11 2004 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA -NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calli ng 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410) 278-0900, or via email brenda.j.fletcher@us.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00534409-W 20040303/040301222455 (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.