Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2010 FBO #2968
SOLICITATION NOTICE

65 -- Deployable Medical Oxygen Generation System - Medium (DMOGS-M)

Notice Date
1/7/2010
 
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
SPM2D1-10-R-0010
 
Point of Contact
Beatrice Lopez-Pollard, Phone: 215-737-7835, 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
The United States Armed Forces requires a commercial, point of use, Food and Drug Administration (FDA) approved DMOGS-M capable of providing 93% USP oxygen at 120 Liters Per Minute (LPM) to deployed medical facilities via the Patient Oxygen Distribution System (PODS), with the capability to fill cylinders to 2,250 psi. The desired system must be able to stand up to the environmental extremes encountered in a deployable environment. Item Description: Deployable Medical Oxygen Generation System - Medium (DMOGS-M), Type I weight of 2,300 pounds and Type II, weight 4,000 pounds. The proposed system(s) shall meet the minimum system requirements of the Statement of Work. Each system shall include one hard copy and one CD-ROM copy of operation and maintenance manuals including schematics. Contractors can offer proposals for Type I, Type II or both. Minimum System Requirements 2.1 Shall produce Oxygen at 93% USP. 2.2 Shall be FDA approved as a medical device. 2.3 Shall produce ≥ 120 LPM of oxygen. 2.4 Operating pressure shall be able to be regulated between 50 pounds per square inch (psi) and 60 psi. 2.5 System shall be able to fill ‘D', ‘E', ‘M', Mobile Oxygen Storage Tank (MOST), and ‘H' size oxygen cylinders (correct adapters must be provided) to 2250 psi. 2.6 Shall operate on alternating current power 110-220 ± 10% VAC, 60 ± 2 Hz single-phase or 208-220 ± 10% VAC 60 ± 2 Hz three-phase power without sensitivity to fluctuating power sources. 2.7 System shall be able to simultaneously fill cylinders and provide patient oxygen. Priority shall be given to providing the patient oxygen. 2.8 The weight of the complete system shall not exceed 2300 pounds (lbs) for Type I or 4000 pounds (lbs) for Type II. 2.9 The system shall be able to either, be directly picked up by a forklift, or designed to be lifted and set on a skid or vehicle to be transported. 2.10 The system dimensions shall allow two (2) units to fit on a standard 463L pallet and meet all weight and height requirements (useable area 104"L x 84"W x 96"H to be loaded in to a C-130 IAW AFI 10-403 paragraph 2.23.3 an empty pallet with nets weighs 355 pounds and is included in 10,000 lb weight limit). 2.11 System shall have the capability to evacuate high pressure oxygen cylinders to 25 inches Hg vacuum. 2.12 System shall have an integral back-up capability to automatically supply oxygen to patients through the PODS/SODS for at least 2 hours during power interruption. 2.13 The system shall have distinguishable audible and visual alarms for low oxygen purity and pressure. 2.14 The system shall operate after exposure to transport vibrations from aircraft, truck, trailer and track vehicle transportation. When packaged and packed for transport (initial delivery and operational use) material shall be capable of withstanding the vibration levels without damage to the packaging and any component of DMOGS-M. 2.15 The system shall be equipped with an internal usage clock to track hours of operation. 2.16 When operated after 30 days in storage the system shall begin to produce oxygen at spec within 90 minutes. 2.17 The system shall not exceed noise levels in Air Force Occupational Safety and Health Standards and MIL-STD 1474. 2.18 The system shall comply with applicable sections of IEC 60601-1 and other applicable commercial and industry standards for the manufacture and use of oxygen generation systems (CGA and ASTM International). 2.19 System shall be provided with an accessory kit consisting of LP & HP oxygen hoses (at least 20 ft) and necessary fittings for filling oxygen cylinders. 2.20 The ports shall accept Diameter Index Safety System (DISS) O2 hoses. 2.21 The system shall interface with the low-pressure PODS or SODS system (uses Swagelok QC series quick-connect) via hoses provided with the system. 2.22 The system shall have distinguishable audible alarm when the power is interrupted. DSCP Hospital Supply Division intends to enter into a firm fixed-price indefinite quantity contract for the Deployable Medical Oxygen Generation System - Medium (DMOGS-M). 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. The anticipated aggregate estimated dollar value is $16 million for the base year and an additional $1 million for each of the four option years. The aggregate maximum dollar value is $40 million. Issuance of individual delivery orders will be by the customer(s). The Guaranteed Minimum Dollar Value for each contract awarded shall be $6,000 for the base year and $1,000 for each option year, if exercised. The Government intends to award multiple contracts. Issuance of individual delivery orders will be by the customer(s). This system is a modified commercial item and the requirement will be solicited under FAR Part 16. The Request for Proposal (RFP) when issued will require: Prospective suppliers and manufacturers shall submit a Product Demonstration Model (PDM) for evaluation and testing. Offerors are obligated to be ready for PDM submittal 90 calendar days from the initial issuance of the solicitation. The vendor shall provide access to the technical data package, operations and maintenance manuals and schematics on CD-ROM, consumables list, and parts listings. 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. 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 January 29, 2010. 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/SPM2D1-10-R-0010/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
SN02036877-W 20100109/100107235018-f7c0dc5d1f934a74577b36d4e8b0994c (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.