Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
MODIFICATION

65 -- Deployable Vital Signs Monitors

Notice Date
9/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPE2D115R0005
 
Archive Date
9/12/2015
 
Point of Contact
Shawn Carney, Phone: 2157375753
 
E-Mail Address
Shawn.Carney@dla.mil
(Shawn.Carney@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This amendment is being issued to change the NAICS code. Text from the original attachment is being provided as follows. No other changes have been made. The Defense Logistics Agency Troop Support Medical Supply Chain (DLA) plans on issuing solicitation SPE2D1-15-R-0005 to procure Deployable Vital Signs Monitors. This solicitation provides for the supply of deployable vital signs patient monitors and related supplies/accessories. The minimum requirements of the schedule of supplies is described in the below table: Minimum Requirements (1.) The proposed equipment shall be approved by the United States Food and Drug Administration (FDA). (2.) Equipment will be used in Aero-medical Evacuation Operations and in deployable ground medical facilities. Must be safe-to-fly certified by US Air Force for both rotary and fixed wing aircraft. Safe-to-fly certification must be obtained prior to solicitation closing. In order to obtain certification, vendors must follow published Joint Enroute Care Equipment Test Standard (JECETS) (current document dated 1 March 2012) for safe-to-fly on fixed and rotary wing aircraft. POC for information on Air Certification procedures is Mr. Randy Rodgers, HQ, AMC/SGXM, (618) 229-6077; email randall.rodgers.2@us.af.mil. (3.) Shall monitor & display 3, 5 and 12 Lead Electrocardiogram (ECG) (4.) Shall monitor & display Heart/Pulse Rate (5.) Shall monitor & display Arrhythmia, ST and QT Segment (6.) Shall monitor & display Non-Invasive Blood Pressure (NIBP) for Adult, Pediatric and Infant patients (7.) Shall monitor & display Two (2) Channels of Invasive Blood Pressure (8.) Shall monitor & display Pulse Oximetry and must be tolerant to patient movemement (9.) Shall monitor & display End Tidal CO² (etCO2) (10.) Device shall have two (2) Ports for Temperature Monitoring (11.) Device shall have Full Patient Alarms including EQP Alerts, trends and programmable default settings (12.) Shall monitor & display Impedance Respiration (13.) Shall monitor & display Carbohemoglobin (SpCO) (14.) Device shall monitor & display Intracranial Pressure (15.) Device shall be portable & lightweight. Portability is defined as a device that is less than 700 Cubic Inches; Lightweight is defined as a device weighing less than 10 lbs. (4.54 kg) (16.) Device shall operate on 110-240VAC, 50/60/400Hz. This must be accomplished via a power supply which automatically switches to the input voltage/frequency. (17.) Device shall be capable of operating from an internal battery pack with a minimum operating time of four (4) hours. (18.) Device shall have a "Hot" Swappable Battery. This is defined as a unit that must continue to operate when swapping out batteries. (19.) Device shall have visual and audible alarms: Ability to silence active alarms and all-alarm suspension; silence duration in seconds configurable by user. IAW IEC 60601-1-8, Medical Electrical Equipment (20.) Device shall have a Low-light and Night Vision Goggle (NVG) compatible viewing mode. (21.) Device shall provide custom selection of viewable waveforms; including the display of up to three(3) simultaneous waveforms (22.) Device shall allow operators to view patient trend history, including all vitals/waveforms. Patient Trend History must be stored for a minimum of 4 hrs. (23.) Device shall allow for the transfer of patient data via wired/wireless means. The wireless feature must have a turn-on/turn-off switch. (24.) Must be capable of sending up to (3) waveforms simultaneously to an external printer and auto recording of direct/delayed waveform signals when initiated/during an alarm condition (25.) Device shall have defibrillator overload protection IAW IEC 60601-2-27, Medical Electrical Equipment (26.) Device shall be protected from and suppress electrical signal interference during surgical electrocautery use IAW IEC 60601-2-27, Medical Electrical Equipment (27.) Service and Operator Manuals shall be included. Manuals shall match the vendor Service Manuals and include parts layout with components. Vendor must also include electronic/hard copies of manuals. (e.g. CD, Web Based or Hard Copy) (28.) Device must be maintainable at military locations by military Biomedical Equipment Technicians (BMET) with a standard tool set. Vendor shall provide appropriate training to military personnel & repair consultation via phone or online. (29.) Device system software updates must be capable of being performed in the field by trained military BMETs. (30.) Device shall conform to the Joint Enroute Care Equipment Test Standard, MIL-STD-810G. Including temperature ranges for shipping, storage and operating environments. (31.) Device shall have unique markings IAW DFARS 252.211.7003 (Unique Item Identification Defense Federal Acquisition Regulation Supplement) (32.) Vendor shall supply all cables and accessories required to initially operate, measure, display and record all vital signs information as specified herein. The resulting contract will be a, Firm Fixed Price, Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a base year plus five one-year option periods. Deliveries made under the contract will be F.O.B. Destination to CONUS locations. Vendors may be asked to support OCONUS locations. For OCONUS locations; F.O.B. Destination pricing shall be established prior to order issuance to factor any additional shipping charges. The Government reserves the right to issue orders on a F.O.B. Origin basis. Delivery shall be made within 60 calendar days after date of delivery order (ADO) unless otherwise specified The estimated number of units that will be purchased off of the resulting contract is 3,945 units. The Guaranteed Minimum number of units that will be purchased off of the resulting contract is 323 units. The contract Maximum Dollar Value is $100,000,000.00. The Trade Agreements Act (TAA) will apply to this acquisition. The solicitation will be issued on the basis of Full and Open competition and on an unrestricted basis. The solicitation is estimated to be released on September 11, 2015 and close on October 13, 2015 1 p.m. EST. A copy of the solicitation will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil/RFP on the issue date cited in the RFP
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/SPE2D115R0005 /listing.html)
 
Record
SN03868385-W 20150904/150903000126-16c18145cd5c3440e35b8bc7b330a843 (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.