Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

65 -- Infant Security System Complete Install for NMCSD

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-06-R-2009
 
Response Due
7/7/2006
 
Archive Date
7/22/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Proposal number is N62645-06-R-2009. Proposals are due not later than 3:30 P.M. EST on 7 JULY 2006. Provisions and clauses in effect through Federal Acquisition Circular 2005-09 are incorporated. NAICS 561621 (Size Standard - $11,500,000). This is Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. Essential Characteristics for Infant Security System The Naval Medical Logistics Command (NMLC) seeks to purchase from a responsible vendor a complete Infant Security System, including installation, to Navy Medical Center San Diego, in San Diego, CA. The system shall provide a means of protecting infants from abduction by providing alarms and physical security controls to prevent unauthorized movement of an infant patient through designated portals. The system shall conform to HIPAA, JCAHO and Federal medical regulations. SECURITY TAGS The ISS shall include a means of tracking individual infants. Hereafter, this means is referred to as Security Tags, no matter how the means provided actually functions: 1. Security tags shall provide continuous monitoring of both (1) approach to portals and (2) presence within the monitored zones. 2. Security tags shall be effectively protected from damage via water, urine, or other substances likely to be encountered in hospital nursery. This includes any banding material used to hold the tag to the infant. 3. Security tags shall be reusable with a required minimal reset time not to exceed 10 minutes between patient uses. The manufacturer shall provide cleaning/disinfection instructions for tags. 4. Sensor on security tags shall be impervious to damage from dropping from a height of at least six feet. 5. Security tags shall be safe for use when attached to an infant's legs. 6. Security tags shall be safe for use when attached to an infant's arms. Other vendor recommended locations for safe attachment may also be considered. 7. Security tag strap or banding material, if used, shall be hypoallergenic, waterproof, and be pre-measured to a size appropriate for newborn infants, and premature infants; tags shall be secured enough to prevent slippage & accidental removal of bands/tags. 8. Security tags shall consist of not more than two loose parts, none of which shall be small enough to pose a choking hazard to infants or children. A third interface material, if necessary to conduct signals or establish contact may be used if the material adheres to the tag in such a manner as to prevent hazards to the infant (or visiting children). 9. Security tags shall provide automatic coded indications of failure or warnings to the computer monitoring system. 10. Security tags shall have a means to indicate battery status or test battery charge level. 11. The ISS shall alarm if an attempt is made to remove the tag without deactivating in the central alarm station. CENTRAL ALARM SYSTEM The ISS monitor and control system, hereafter referred to as the Central Alarm System, regardless of the actual means of performing the functions: 1. The ISS shall include a means of displaying the location of infants. 2. The ISS shall be able to track infants down to a radius area of 30 feet and sense that the tag is actually on the infant. 3. The ISS shall be able to integrate and not interfere with the existing security, fire systems and LAN infrastructure. 4. The ISS shall allow automatic transfer of an infant while in transition between designated areas recognized by the system. 5. The ISS shall audibly alarm if someone tries to exit, without authorization, with a protected infant through a monitored door or elevator. The ISS shall audibly alarm whether an authorized tag is present or not, so long as an unauthorized tag is present. 6. The ISS shall provide a user-specified timed alarm when an authorized infant transport takes longer than the time authorized. 7. The ISS shall alarm if the infant tag has not been detected by the system within the secured area for a given time. The time shall be user defined and adjustable. 8. The ISS shall protect patient identifying information from exposure to any party without authorized access. 9. The Central Alarm System shall permit multiple users simultaneously at the control stations. 10. The Central Alarm System shall include an alternate source of electrical power that will maintain system operation once power is interrupted in the facility. Vendor shall specify duration of time provided by alternate power. VIDEO MONITORING/RECORDING SYSTEM The video monitoring/recording system shall include the following: 1. The video monitoring/recording system shall provide workstation display of alarm location. 2. Closed circuit TV (CCTV) and integrated digital recorder shall maintain a continuous 24-hour video record with an onboard digital video storage. 3. Color cameras shall cover potential exit routes, all exit/entry points of protected area and at exit and entry of each unit. Camera angles shall be positioned to capture facial area. 4. The CCTV recorder shall be located at the Security Dispatch office as designated by the Medical Treatment Facility. 5. The video monitoring/recording system shall permit simultaneous users at each of the control stations. 6. The video monitoring/recording system shall include an alternate source of electrical power that will maintain system operation once power is interrupted in the facility. Vendor shall specify duration of time provided by alternate power. ACCESS CONTROL SYSTEM The ISS Access Control System shall include the following: 1. The ISS shall secure all designated exit portals, including elevators, if protected infant is removed from the designated areas. (The ISS shall only secure a specific location and not the entire ISS-protected area.) 2. Portal exciters shall have audible alarms warning people that they are approaching unauthorized exits. The coverage field shall be adjustable and shall cover a minimum range of 8 feet vertically and 10 feet horizontally. 3. The Access Control System shall permit simultaneous users at each of the control stations 4. Doors and elevator doors shall be securable by the system, the elevator operation between the non-protected floors shall not be hindered by the alarm; only the protected door(s) leading into each elevator from the protected area shall be secured. Vendor shall provide details on how this will be accomplished by their proposed system. 5. NO ELEVATORS CARS SHALL BE PREVENTED FROM NORMAL OPERATION MOVING AMONG THE NON-PROTECTED FLOORS. OUTER DOORS OF EACH ELEVATOR IN THE PROTECTED AREA WHERE ALARM ACTIVATES SHALL BE SECURED ON THE PATIENT ELEVATORS ON THE THIRD FLOOR. The service elevators do not require securing, only monitored with alarm sensor and camera in the 3rd floor service elevator lobby area. 6. Vendor shall include and install biometric overrides at each of the locked portals, such that designated personnel can enter and/or exit during an alarm condition. Override occurrences shall be recorded by an ISS component. 7. System shall include a manual switch/pushbutton at each nurses station in the North, East, and West wings to override the securing mechanisms for that wing. PORTAL EXCITER Provide protection at each designated portal. Quantity shall be sufficient to provide each portal security from any unauthorized egress. The exciter shall initiate an alarm when an infant tag is sensed entering the designated protected area. Each exciter shall include: 1. Test Procedure: self-diagnostic, polled by central processor. 2. Hardware to accommodate wall or ceiling mounting. 3. Detection Range: Shall be able to cover the entire vertical and horizontal plane of an exit door. AREA OF COVERAGE 1. ISS Devices: Provide sufficient receivers and exciters to completely cover the designated space, and to meet requirements of the drawings and specifications. (The designated space does not include the staff locker rooms.) The contractor shall ensure the installation of a complete system, using equipment and software to provide the required coverage and functionality, whether or not specifically noted on the drawings provided. Security system coverage shall be determined by technical schematics. 2. Workstations shall be placed as designated. There shall be 6 workstations, (1 NICU#1, 1 NICU#2, 1 L&D, 1 Three North, 1 Three East, 1 Security Office on First Floor) INSTALLATION AND TRAINING 1. Provide training of nursing and support personnel. Additional training shall be provided to 2 selected personnel that have administrative privileges on the system; shall also be able to provide a multimedia instructional/training video in a DVD or VHS format. 2. The completed ISS shall be connected to and interface with the new fire protection/alarm system so that the ISS system is fully functional and the fire protection system/ISS/building features still comply with the local building codes, Life Safety Code, and all other NFPA codes. Successful offeror shall submit schematic drawings to Facilities Management Department for approval by NAVFAC Fire Protection Engineers prior to installation. 3. All materials shall adhere to or exceed federal and local requirements. 4. 1 year warranty on parts and labor is required with 4 renewable option years. 5. Provide and install all necessary conduit, parts and material, and wiring from the points of connection approved by Facilities Management and make all electrical power supply connections so that the all aspects of the ISS system are fully functional upon completion of the installation. All electrical wiring and installation shall comply with the NFPA National Electric Code. 6. The system network components that integrate in to NMCSD's local area network (LAN) shall be Internet Protocol version six (IPv6) compliant or have a no cost upgrade to IPv6 compliance by Fiscal Year 2008, while maintaining current IPv4 compliance. WORKMANSHIP Workmanship shall include: 1. Mounting: Hardware to accommodate in ceiling or surface mounting. 2. Frequency: Suitable frequency that shall not interfere with medical instrumentation or internal/external communication equipment. 3. Bandwidth: Suitable bandwidth and throughput that shall not interfere with medical instrumentation, internal/external communication equipment and existing LAN infrastructure. 4. Dust Control: Comply with NMCSD Infection Control Policy for Construction/ Maintenance when working above ceilings or disturbing walls in the areas identified on the NMCSD drawings as requiring special dust control measures for Infection Control purposes. 5. Fire/Smoke Barrier Penetrations: Seal penetrations created in Fire/Smoke Barriers (shown on the NMCSD drawings) resulting from removal of abandoned portions of the old ISS, reuse of abandoned portions of the old ISS, or installation of the new ISS. Fire and Smoke Barriers shall be sealed in accordance with UL, ASTM E 2174, JCAHO and NFPA 70 standards and guidelines. Penetrations and unused conduit shall be sealed using UL fire rated sealants and compounds. Install electrical cover plates on all electric junction boxes along Fire and Smoke Barriers. Firestop compounds shall be installed and applied in accordance with manufacturer's instructions and guidance. To ensure compatibility and cohesion of repair, penetration deficiencies shall be corrected using the same manufacturer's firestop compound. Document inspection and repairs in a logbook identifying location of penetration, number of penetrations created and sealed during the installation, and the method used to seal them. The Contractor shall submit the logbook to the KO and Facilities Manager for future use. 6. Upon completion of installation, MTF shall meet or exceed pre-installation conditions of appearance and safety. 7. NMCSD is not subject to regulatory control by the city, county, or state with respect to construction. Construction material disposal containers exterior to the medical center are coordinated with the facilities manager. 8. Upon completion of installation, contractor shall remove the previous system, including any wiring. Conduits can be reused, or abandoned, but any firewall penetrations shall be sealed. PROPOSAL CONTENT/FORMAT: Proposals shall be submitted either via email or paper format. Proposal shall be separated into TECHNICAL and BUSINESS sections. THE BUSINESS SECTION WILL NOT BE EVALUATED AS PART OF THE TECHNICAL EVALUATION. Vendors shall submit complete proposals. Please note, no information provided by offerors from the previous solicitation (N62645-06-R-0009 or 1009) will be used by the government under this solicitation. EVALUATION FACTORS FOR AWARD: The technical factors, factors 1-4 below, combined are significantly more important than price, and are listed in descending order of importance. However, price may become a critical factor in the event that two or more offerors are determined to be essentially equal following the evaluation of all technical factors. In any event, NMLC intends to award to the proposal that provides the Best Value, cost and other factors considered, to the Government. 1. Design, Quality and Product Features (TAB A) 2. Market Acceptability/Past Performance (TAB B) 3. Human Factors [Includes, but not limited to, User-Friendliness, Ergonomics, Possibilities of Abuse] (TAB C) 4. Maintainability/Reliability (TAB D) 5. Price (Shall be split into Equipment and Installation as separate prices); Pricing of option years will be considered in the evaluation. The government intends to award without discussions, but reserves the right to conduct discussions. The government reserves the right to award to other than the lowest offeror if the Government determines that a price premium is warranted due to technical merit. The government reserves the right to award to other than the highest rated offeror. TECHNICAL PROPOSAL INSTRUCTIONS: Offerors are required to provide sufficient technical documentation (including, but not limited to: product literature, specifications, features, pertinent maintenance or operator manuals, and warranty information) to allow for thorough evaluation of proposal. Technical proposals shall be tabulated, either electronically or on paper, into information sections as specified below. Information supporting any given evaluation factors shall be included under the tab for that factor. Any information included elsewhere in the proposal, but not under the respective tab may not be considered. No pricing information shall be included in the technical proposal. Tab A) Design specifications/quality assurance/features - The information for each of the essential characteristics shall be submitted and clearly indicate a comply or a non-comply with sufficient details to allow a person unfamiliar with the offerors product to verify the solution proposed meets the requirements of the solicitation and is of benefit to the Government. Proposal shall include a ?drawing? of sufficient detail to show where each product will be installed to meet the requirements of the solicitation. Proposal shall include a description of how the offeror proposes to meet the requirements of the government, including what equipment will be provided, how it will be installed, and the time required for installation, as well as information on system maintenance. Pertinent technical specifications shall be included. Any explanation of how this design/feature/quality provides a benefit to the government shall be included in this section. The contractor shall prove that the product offered meets the salient characteristics, and that the product conforms to the manufacturer's own drawings, specifications, standards, and quality assurance practices. Upon installation completion, the government will inspect the finished product for conformance to this solicitation. Tab B) Market Acceptability and Past Performance - 1. Market Acceptability - Offerors must provide proof of ?at minimum 3 complete working? Infant Security Systems (by having sold, installed, and maintained) in any healthcare facility worldwide. The facilities may be Government or non-government medical facilities. 2. Past Performance - Offerors shall submit a complete list of infant security systems sold/installed within the last 3 years, including locations, points of contact, and dates of installation, indicating which are the same make and model as the product proposed; offeror shall include a statement that the list includes all systems sold within the last three years. The Government will not restrict its past performance evaluation to information submitted by offerors, but may also consider any relevant information in its possession and may contact references for additional information. Vendors having no relevant past performance shall include a statement to this fact in their technical proposal. Tab C) Human factors characteristics (may include, but not limited to Ergonomics, Possibilities of Abuse, Ease of Use) of the offerors proposed solution and how these will benefit the government. This section shall include pertinent excerpts of operators manuals. Tab D) Maintainability/reliability of the offerors proposed products, and how the proposed capabilities/characteristics will benefit the government. The offeror shall provide information about the failure rate of their components, mean time between failures, life cycle cost, projected life expectancy of the products, and any other information that would benefit the government in determining reliability of this product. As part of Warranty and the Parts and Labor Option Years, the offeror shall include any preventative maintenance required, if any, for the proposed system. Offeror shall include any details on system maintenance plan, telephonic coverage for service, remote monitoring, and technical response to a trouble-call for their proposed system. Any proposal which does not provide, at a minimum, an answer to each requirement in this solicitation may be determined to be substantially incomplete and not warrant any further consideration. BUSINESS PROPOSAL INSTRUCTIONS: Business proposal shall specify: Line Item 0001 Equipment component costs and Equipment Total (Includes 1 Year warranty covering parts and labor) Line Item 0002 Installation/Labor Price Total Line Item 0003 Option Years for Maintenance (Parts and Labor Coverage) Line Item 0003A Option Year 1 Line Item 0003B Option Year 2 Line Item 0003C Option Year 3 Line Item 0003D Option Year 4 The Business proposal shall not contain any data that the offeror intends to be evaluated for technical compliance. Adequate price competition is expected for this acquisition. Business proposals will be evaluated for Completeness (all Line Items are priced) and Reasonableness (the degree to which the proposed prices compare to the prices a reasonable, prudent person would expect to incur for the same or similar services and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract for the equipment and installation, plus warranty options. Companies shall submit firm-fixed pricing for all above Line Items. Include commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. OTHER ADMINISTRATIVE INSTRUCTIONS: In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business proposal. Previous vendor site visits to NMCSD were conducted on 01 Sept 2005 and 10 January 2006 to allow for familiarization of the facility, however, no site visit will be conducted for this solicitation. Sufficient information is available in this solicitation, to include floor plans/schematics, to submit a complete proposal. Vendors shall utilize previous data and/or the provided floor plans. Vendors requiring a floor plan and Dust containment drawings may request them by sending an email with a valid CAGE or DUNS number to rtaylor@nmlc.med.navy.mil; only companies registered in CCR shall receive schematics. A technical liaison will be assigned to monitor the progress of work. The vendor shall provide status reports to technical liaison during installation. INFORMATION TO BE INCLUDED IN BUSINESS PROPOSAL; Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their proposal. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. FAR clause 52.217-9, Option to Extend the Term of the Contract will be included in the resultant contract. Submit email proposals (using PDF, MS Word, Excel attachments) to Richard Taylor at rtaylor@nmlc.med.navy.mil. Paper proposals may be mailed to Naval Medical Logistics Command,1681 Nelson Street, Fort Detrick, MD 21702-9203 Attn: Richard Taylor. Email is preferred. Proposals are due not later than 3:30 P.M. EST on 7 JULY 2006. Address questions to Richard Taylor by email only NLT 3:30 P.M. EST on 28 JUN 2006.
 
Place of Performance
Address: NAVAL MEDICAL CENTER SAN DIEGO, 34800 BOB WILSON DRIVE SUITE 8, SAN DIEGO, CA
Zip Code: 92134-1008
Country: USA
 
Record
SN01075846-W 20060624/060622221556 (fbodaily.com)
 
Source
FedBizOpps 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.