Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOLICITATION NOTICE

65 -- Oxygen DMOGS

Notice Date
5/18/2009
 
Notice Type
Presolicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SPM20009R8000
 
Point of Contact
Beatrice Lopez-Pollard, Phone: 215-737-7866, Donna F. Raday, Phone: 215-737-7885
 
E-Mail Address
Beatrice.Lopez-Pollard@dla.mil, donna.raday@dla.mil
(Beatrice.Lopez-Pollard@dla.mil, donna.raday@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
On behalf of the Army and Air Force, the Defense Supply Center of Philadelphia (DSCP) is looking for a replacement system for the currently fielded 120 liter per minute (lpm) oxygen generation systems. The system provides 93% USP oxygen to field hospitals and also has cylinder fill capability. The desired replacement system would be able to stand up to the environmental extremes encountered in a desert and sub-zero temperature environments. Item: A commercial, point of use, medical oxygen generating unit that will be used at forward deployed medical treatment facilities to supply medical grade oxygen directly to patients, fill cylinders, or be used as an oxygen and compressed air source in conjunction with ventilators and anesthesia equipment. Key Performance Parameters (KPPs): Note: (O) = Objective; (T) = Threshold 1. Shall produce > 120 LPM (T), 200 LPM (O) of oxygen, USP 93% 2. Operating pressure shall be able to be regulated between 50 pounds per square inch (psi) and 60 psi (T), 100 psi (O). 3. System shall be able to fill ‘D’, ‘E’, ‘M’, and ‘H’ size oxygen cylinders (correct adapters must be provided) to 2100 psi (T), 2250 psi (O). 4. Shall operate on alternating current power 110-220 ± 10% VAC, 60 ± 2 Hz (T), 50/60 ± 2 Hz (O), single-phase OR 208-220 ± 10% VAC, 60 ± 2 Hz (T), 50/60 ± 2 Hz (O), three-phase power without sensitivity to fluctuating power sources. 5. System shall be able to simultaneously fill cylinders and provide patient oxygen. Priority shall be given to providing the patient oxygen. 6. System shall operate continuously, 24-hours per day, 7 days a week 7. After start-up, the maximum power draw shall be 15 kW (T), 12 kW (O). 8. Full system shall not exceed a maximum weight of 4000 pounds (lbs) (T), 2300 lbs (O). 9. The system shall be either able to be directly picked up by a forklift, or designed to be lifted and set on a skid to be transported by a forklift. 10. The system dimensions shall allow for two units (T), three units (O), to fit on a standard 463L pallet (useable area 104”L x 84”H x 96”W) to be loaded in to a C-130. 11. Shall be provided with or integrated into a case to withstand rough handling and transportation across rugged terrain. 12. The system shall be FDA approved. DSCP Hospital Supply Division intends to enter into a firm fixed-price indefinite quantity contract for the deployable medical oxygen generation system (DMOGS). This acquisition will be issued on an unrestricted basis. The performance period of the resulting contract will potentially be five (5) years, a one (1) year base period and four (4) one-year options. Multiple awards are anticipated. The aggregate annual estimated dollar value is $16 million for the base and $1 million for the each option year. The aggregate maximum is $50 million. Issuance of individual delivery orders will be by the customer(s). The Guaranteed Minimum per contract for the base year will be $6,000 and $1,000 for each option year, if exercised. This system is a modified commercial item and the requirement will be solicited under FAR Part 12. Number Note 12 (Trade Agreement Act) applies to this solicitation (DFARS 252.225-7021). The Request for Proposal (RFP) when issued will require: Prospective suppliers and manufacturers shall submit Pre-Award samples for evaluation and testing. Submissions under the Request for Proposal (RFP) may be subjected to operational and environmental testing to verify certain criteria. Vendors shall provide operator's instruction and maintenance service manuals for review. Operator/maintainer training to users/testers shall be succinct and be provided prior to testing. Contractor shall provide a complete list of all accessories that will come with the system. FDA certification can take time and the contractor shall submit paperwork to the FDA prior to testing, and the system shall be certified prior award. Copies of the solicitation will be available no sooner than June 29, 2009. To obtain a copy of the solicitation, please visit The DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/. Once the solicitation is available on DIBBS, it will remain open for 30 days. All responsible sources that submit a proposal will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPM20009R8000/listing.html)
 
Place of Performance
Address: Defense Logistics Agency, Defense Supply Center of Philadelphia - Medical, 700 Robbins Avenue, Philadelphia,, Pennsylvania, 19111-5096, United States
Zip Code: 19111-5096
 
Record
SN01820950-W 20090520/090518234738-cdb59d57f586be279b14a53b758033eb (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.