Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOLICITATION NOTICE

42 -- 14 In Place Patient Decontamination

Notice Date
4/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 11817 Canon Blvd, Newport News, VA, 23606-4516, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4890-07-R-0015
 
Response Due
4/24/2007
 
Archive Date
5/9/2007
 
Description
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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is FA4890-07-R-0015 and is issued as a Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulation (FAC 2005-16) are incorporated. The associated North American Industrial Classification System (NAICS) for this requirement is 314912. This is a full and open competition. Holders of GSA Schedules who can fulfill this requirement should submit proposals. Shipping and Delivery: shipping costs shall be included in the line items and date of delivery shall be NLT 30 days ARO. See Attachment 3 for Places of Delivery. ACC AMIC has a requirement CLIN 0001 - 14 In Place Patient Decontamination Capability (IPPDC) Systems to be shipped to active duty OCONUS bases.CLIN 0002 ? Training; CLIN 0003 - Travel. The IPPDC must provide the capability to respond to an incident with a rapid, tailored, lightweight decontamination capability. These systems should consist of an easily erectable tent, containment berm, heater and shower system, run-off containment bladder, litter boards and roller system for litter patients. Tentage should be an articulating frame consisting of a one-piece expanding semi-dome structure, easily maneuverable with a crew of four, and should be able to be erected within five minutes. When erected, the tent should have minimum dimensions of 14 feet wide and 16.5 feet long. When collapsed and bagged in the storage mode, the tent should be able to easily navigate a 48 by 80 inch doorway. Tentage will be accessorized with a water containment berm of waterproof and durable material. The tent and berm should be interconnected and form a stable platform that maintains it?s stability in moderate to high winds. Construction materials must be sturdy to allow for multiple set-up/take-down exercises while maintaining structural integrity. The tent/berm assemblage shall feed water from the shower system into the run-off containment bladder via a submersible pump. The bladder should have a capacity of 1500 gallons, with a back-flow prevention valve and drain for the bladder. Additionally, the bladder assemblage should have available for purchase, though not necessarily included in the basic system, a containment berm of its own for those locations requiring them for local environmental directives. Tent configuration should allow for both ambulatory and litter patients. For ambulatory patients, partitions should be secure and form fitting to ensure privacy during processing. For litter patients, the roller system should have safety stops, and the accompanying litter boards should be constructed to allow for the use of NATO litters. The system capability should produce the ability to process a minimum of ten ambulatory and six litter patients per hour. The shower system components should be operating from a 500,000 BTU portable water heater designed for high volume demand, diesel fired, on-demand providing an instant flow of tempered wash and rinse water. Its capacities should include the ability to heat up to 20 gallons of water from 55 degrees to 95 degrees in one minute, and operate for an hour on five gallons of fuel. Additionally, it the water heater needs an accurate and reliable fluid injection system, on-board solution supply and bulk supply connector, and the ability to adjust solution concentration level from 0.2% to 1.6% (1:64 to 1:500). Hand held spray wands for litter patient processing should provide a flow rate of 0.6gpm, and the supply hoses should be of the ?self-coiling? variety to ensure they pose minimum obstruction while hanging above the litter roller system. Included in the system components should be interior lighting consisting of sealed fluorescent lights, a minimum of 50W with the appropriate hanging system. Light systems must be GFCI protected. The entire system should be packaged into sturdy storage bags/covers containing like individual components of the functional portions of the system. These storage bags should fit onto an equipment cart possessing swivel wheels for ease of transport. MINIMUM SYSTEM COMPONENTS AND QUANTITIES 1Tent Assembly 1Tent Berm 1Waste Storage Bladder, 1500gl capacity 1Water Heater 2Litter Conveyors, 8 ft 3Litter Boards 2Hand sprayers, self-coiling hoses, cold water 2Hand sprayers, self-coiling hoses, hot water 2Submersible Pumps, 110V, 30gpm 450W Fluorescent Lights, sealed unit with hangers, GFCI protected 1Equipment Cart, swivel wheels 1Tool Kit, general purpose, with case 1Tent & Berm Repair Kit, for minor punctures 1Tent Frame Repair Kit, with replacement struts TRAINING AND SUPPORT REQUIREMENTS In addition to providing equipment, supplier will also provide training to individual bases to comply with the specifications below: ? Provide highly qualified instructors familiar with USAF IPPDC Concept of Operation (CONOPS), IPPDC Equipment, and OSHA HAZWOPER requirements for training. Prior to the training session at the base: 1) Supplier?s Training Manager shall coordinate with HQ ACC/SG staff on base training schedules. 2) Attempt to schedule training for bases when weather conditions are conducive for training. For example: schedule northern-tier bases during the summer and southern-tier bases during the winter; thus providing an environment where students can learn without environmental injury. 3) Conduct training pre-coordination with bases, to include: Provide bases with a copy of USAF IPPDC Training plan (see attachment #1) and the latest USAF Allowance Standard (AS) 886A provided by HQ ACC/SG. 4) Request bases to conduct an equipment pre-inventory using AS886A,and advise HQ ACC if a base does not have adequate equipment for training (rescheduling may be necessary). During the training session at the base: 1) Conduct and inventory of available equipment using AS 886A and provide a copy of the inventory with the training After Action Report (AAR) to HQ ACC/SGPB. 2) Observe condition of IPPDC equipment, if repair is necessary, notify IPPDC Team Chief, and HQ ACC through after action reporting. 3) Provide training for 12-20 Cadre on USAF IPPDC CONOPS and equipment set-up. 4) Use a course critique and provide overall critique ratings and comments to HQ ACC for contract quality assurance monitoring. 5) Provide a signed AF Form 1098 for all attendees to include in their training records. 6) Provide a Training Certificate to attendees who successfully complete HAZWOPER hands on practical exam. ? After the training session is completed: Provide a written After Action Report (AAR) electronically to HQ ACC within 45 days of training in the format described in Attachment 2. ATTACHMENT 1 HQ USAF/SG IN-PLACE PATIENT DECONTAMINATION CAPABILITY (IPPDC) TRAINING PLAN 1.MISSION: Ensure functionality of IPPDC equipment and train Medical Treatment Facility (MTF) IPPDC Cadre (train-the-trainer course). 1.1.This ?IPPDC train-the-trainer? Course is 12 hours long (as specified in paragraph 2 below). 1.2.After ?IPPDC train-the-trainer? Course completion, cadre train other assigned medics using the 8 hour IPPDC familiarization training (familiarization training course schedule is in paragraph 4 below). 2.TRAINING WEEK SCHEDULE: 2.1.The Training Team will arrive on Monday of the training week.The daily schedule of events is as follows: 2.1.1. Monday Training Team arrives in afternoon/evening. The team will coordinate their own travel and billeting accommodations, the base will not need to provide transportation or billeting. 2.1.2. Tuesday 0800-0900: Training Team briefs MTF Executive Staff on IPPDC concept, and agenda to accomplish during the week 0900-1330: Training Team, IPPDC Team Leader, and 3 assistants from the MDG set up IPPDC equipment, inventory it, and perform functions check to ensure it?s ready for students ?hands-on? training. 1330-1600: Training Team, IPPDC Team Leader, and 3 assistants from the MDG set up the classroom, PPE equipment, and AV equipment. 2.1.3. Wednesday (Classroom) - Assemble IPPDC Cadre (12-20 people) and begin training (8 hours) 0800-0850: Familiarization with IPPDC concept (Hazardous materials emergencies, potential outcomes) 0900-0950: Understanding Hazardous Substances, Recognition, Types/Terms 1000-1050: Understanding Hazardous Substances, Risks, Decontaminants 1100-1150: Understanding Hazardous Substances, Identification/Detection 1200-1250: Lunch 1300-1350: Decontamination Equipment familiarization 1400-1450: The Decontamination Process ?how to? 1500-1650: Selection and use of PPE (3M???n?nand Kappler??) 2.1.4. Thursday (IPPDC Set-up Site ? 6 hours training) 0800-0950: Assemble IPPDC package without PPE, then tear down 1000-1050: Assemble IPPDC package wearing PPE, process contaminated victims, then tear down 1100-1200: Timed HAZWOPER Hands on practical exam ATTACHMENT 2 IPPDC RE-TRAINING AFTER ACTION REPORT FORMAT Memorandum For: HQ ACC From: Subject: IPPDC Training After Action Trip Report, XXXX AFB , Date of Training 1. Purpose: 2. Points of Contact: 3. Staff Preparedness: 4. Equipment Preparedness: 5. IPPDC Equipment Storage and Site Selection: 6. Training Conditions: 7. Exercise Evaluation: 8. Critique Comments: 9. Bottom Line: //SIGNED// ATTACHMENT 3 MARK ALL SHIPMENTS: "886 A; ATTN ; Decon Team Chief Base Organization Address City State Zip Med Log POC Phone 1 ANDERSON AFB 36 MDGP SGSL Unit 14010, BLDG 26001 MARIANAS ISLAND GUAM 96543-4010 MSgt Oscar Butler 011 671 366 6637 2 EIELSON AFB 354 MDSS/SGSLM 2630 CENTRAL AVENUE SUITE 1 EIELSON AFB AK 99702 MSgt Rebecca Poppert (907) 377-6505 3 ELMENDORF AFB 3RD MDSS/SGSL 5955 ZEAMER AVENUE ELMENDORF AFB AK 99506 MSgt Jayme Jackson 907-580-6339 4 YOKOTA AB 374TH MDG SGSL BLDG 4145 UNIT 5225 Fussa-SHI, Tokyo JAPAN 197-0001 SMSGT Jimmy Sauls 011-81-3117-55-5234 5 KADENA AB 18TH MDSS/SGSL BLDG 626/Unit 5268 DAVIS AVENUE OKINAWA JAPAN 90400 SMSGT Travis Gillespie 011-81-611-730-4467 6 KUNSAN AB 8TH MG SGSL BLD 421 E 9th Street UNIT 2022 KUNSAN AB KOREA 96264 TSGT Arnold Guiao 011-82-63-470-4242 7 MISAWA AB 35TH MG SGSL UNIT 5024, BLDG 99 MISAWA AB JAPAN 96319 MSGT Tim Jones 011-81-3117-66-6008 8 OSAN AB 51ST MDSS/SGSL HQ RD BDG 777 UNIT 2060 OSAN AB KOREA 96278 MSGT Tina Thieken 011-82-31-661-2527 9 AVIANO AB 31 MED SUPPORT SQ BASE AMERICANA, BLDG 121 AVIANO AB ITALY 33081 MSGT SARVER 011-39-0434-66-7395 10 RAF LAKENHEATH 48TH MED GRP/SGSL BLDG 930, RAF LAKENHEATH APO AE 09464 SMSGT WEBB 011-44-1638-52-8955 11 RAMSTEIN-FLUGPLATZ 86TH MDSS/SGSL LINCOLN BLVD., BLDG 2497 RAMSTEIN-FLUGPLATZ GE 66877 CMSG THOMPSON 011-49-6371-46-2420 12 SPANGDAHLEM AB 52ND MED GP MEDICAL LOGISTICS BITSBURG HOSPITAL HOUSING, GEB.66 BITBURG GE 54634 SMSGT CAVANAUGH 011-49-6561-69-3325 13 SPANGDAHLEM AB 52ND MED GP MEDICAL LOGISTICS BITSBURG HOSPITAL HOUSING, GEB.66 BITBURG GE 54634 SMSGT CAVANAUGH 011-49-6561-69-3325 14 USAF HOSP LAJES 65TH MED GP/SGSL TERCEIRA ISLAND AZORES UNIT 7745M, LAJES FIELD, PO APO AE 09720 MSGT SCHRUNK 011-351-295-574144 If not submitting under GSA the following provisions apply: 52.212-1 Instructions to Offerors ? Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items. *** The following clauses apply: 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items applies to this acquisition; 52.222-3 Convict Labor; 52.233-3 Protest After Award, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.247-34 FOB Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses; 252.204-7004 Required Central Contractor Registration; 52.212-7001 Contract Terms and Conditions required to implement status of Executive; DFARS 252.232-7003 Electronic Submission of Payment Reqauests; 52.253-1 Computer Generated Forms; 52.225-1 Buy American Act Balance of a Payments Program ? Supplies; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-22 Previous Contracts and Compliance Reports are hereby Incorporated by Reference; 252.243-7001 Pricing of Contract Modifications. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. All Offerors shall submit the following: 1) Original copy of proposal that addresses all items; 2) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Evaluation of Offerors. The Government will award an order to the lowest price technically acceptable offeror.
 
Place of Performance
Address: Multiple OCONUS ACC bases
Zip Code: 23665
Country: UNITED STATES
 
Record
SN01274907-W 20070419/070417220535 (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.