Federal Bid

Last Updated on 15 Aug 2018 at 8 AM
Combined Synopsis/Solicitation
Fort bragg North carolina

69--Trauma Simulation Manikin

Solicitation ID W91242-18-Q-0008
Posted Date 02 Feb 2018 at 5 PM
Archive Date 15 Aug 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fedbid.Com -- For Department Of Army Procurements Only
Agency Department Of Defense
Location Fort bragg North carolina United states 28310
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W91242-18-Q-0008 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-02-16 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Bragg, NC 28310

The National Guard - North Carolina requires the following items, Brand Name or Equal, to the following:
LI 001: Laerdal SimMan 3G Trauma (item #219-02001) or equal. Includes SimMan 3G Trauma manikin, LLEAP Software and license, USB headset/microphone, simulated patient cables, soft-sided carry cases, amputations, 1-year manufacturer's warranty. Manikin must have internal compressor to perform functions. Manikin must have multiple airway skills/features, airway complications, breathing features, breathing complications, cardiac features, circulation features, vascular access (IV access, intraosseous access, bilateral thigh and deltoid IM sites), be compliant with 2010 Guidelines for CPR. Eyes must be able to blink, be open, closed, partially open, and have pupillary accommodation. Manikin must have other features such as bleeding (simulation of bleeding at multiple sites, arterial and venous, vital signs automatically respond to blood loss and therapy), urine output (variable), Foley catheterization, secretions such as blood, mucous, CSF etc from eyes, ears, nose, and mouth. Must have bowel sounds (four quadrants), patient voice (pre-recorded sounds, custom sounds, and allow instructor to simulate patient's voice wirelessly), and allow for instructor communication (multiple instructors communicate using integrated Voice over Internet Protocol (VOIP)). Manikin must also have amputations (left arm, left leg, right arm, and calf skin). Must have UL, CE, FCC, CSA, and HMR certifications. System features must include: wireless instructor computer capability, ability to control multiple manikins from 1 interface, control simulation from anywhere on network, manual mode to control all parameters, automatic mode with pre-programmed scenarios (patient cases utilizing physiological and pharmacological models, pre-programmed scenarios, self-authored content), simulation controls (fast forward, pause, rewind, save/restore), profile editor, future prediction and patient outcome display, integrated video debriefing, and time stamped activities, vital signs, and instructor comments captured in event log., 1, EA;
LI 002: Laerdal Laptop Instructor/Patient Monitor (item # 400-10201) or equal. Includes: Laptop PC and power supply. Salient characteristics: minimum 14" touchscreen computer, must provide clinical feedback for physiological parameters, must be configurable and provide multiple simulated parameters, each presenting multi-level alarms. Simulated parameters should include ECG (2 traces), Sp02, CO2, ABP, CVP, PAP, PCWP, NIBP, TOF, Cardiac output, Temperature (core and peripheral), additional and programmable parameters e.g. ICP. Must have X-ray display, 12 lead ECG, oxygen saturation and waveform., 1, EA;
LI 003: Laerdal Tablet-PC Instructor/Patient Monitor (item # 400-09201) or equal. Includes: tablet, PC sleeve, PC cradle, and local power supply. Salient characteristics: minimum 11" easy-to-use touchscreen interface, light weight and mobile, can be used with any simulator platform. Must provide clinical feedback for physiological parameters, must be configurable and provide multiple simulated parameters, each presenting multi-level alarms. Simulated parameters should include ECG (2 traces), Sp02, CO2, ABP, CVP, PAP, PCWP, NIBP, TOF, Cardiac output, Temperature (core and peripheral), additional and programmable parameters e.g. ICP. Must have X-ray display, 12 lead ECG, oxygen saturation and waveform., 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, National Guard - North Carolina intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - North Carolina is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, meaning that the award will be made to the contractor who submits the quote with the lowest price that meet all of the requirements of the solicitation.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Bid MUST be good for 30 calendar days after close of Buy.

Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.

This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.

Bid Protests Not Available

Similar Past Bids

Phoenix Arizona 19 Feb 2019 at 10 PM
Orlando Florida 14 May 2019 at 8 PM
Travis air force base California 24 Jun 2009 at 10 PM
North las vegas Nevada 08 Jul 2021 at 10 PM