Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2005 FBO #1384
SOLICITATION NOTICE

65 -- Customized Medical Trauma Bag

Notice Date
9/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-05-T-0466
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ N00189-05-T-0466 a subsequent solicitation document will not be issued. The Contracting Department at FISC Norfolk intends to purchase on a Service Disabled Veteran-Owned Small Business, (SDVOSB), basis the following items: 100 each customized medical trauma bags designed with a compact, component system to allow for multi-vehicle mobility. It should include 4 versa-straps (Velcro system) that allows the user to attach the tactical mobility bag to virtually any fixed structure within the vessel or vehicle in any direction securely while providing unobstructed easy access to critical medical supplies. The scalable interior is fashioned with 3 movable separators to accommodate a wide range of trauma supplies. The highly durable ballistic nylon exterior has strategically placed zippered pockets with a quick release double-zipper access panel to expose the interior of the bag. The Velcro exterior panels allow for multiple tactical mobility bags to be combined and attaches, creating kick-out bundles for easy delivery of re-supply. The dimension of the bags is: 11 inches L; 8 and 1/2 inches W; 8 and 1/2 inches D. The color is to be Coyote Color. Each bag will contain 5-each Quickclot 3.5 oz; 2-each Water Jel fire blanket 3' X 2.5'; 2-each Water Jel Burn Kit, Small, soft bag; 5-each CAT Tourniquet; 6-each Israeli 6" Emergency Bandage; 5-each Israeli 4" Emergency Bandage; 5-each High Compression Bandage, 6"; 2-each Trauma Pads, 5" X 9", 10 each Primed Gauze; 5-each Nasopharyngeal Airway, Fixed Flange, 32fr and 2-each Durapore Tape, 1" X 10 yd. Delivery is for the performance period of 30 days after ARO. FOB: Point Destination is the Maritime Force Protection Command, 2200 Gator Blvd, Bldg 3890, and Norfolk, VA 23521-3024. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005), FAR 52.212-2, Evaluation ?Commercial Items (JAN 1999), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JUL 2005) within this clause, the following clauses apply and are incorporated by reference: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies (JAN 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), FAR 52.225-13 Restrictions on Certain Foreign Purchases (MAR 2005) (E.O.S, proclamations, and statutes administered by Office of Foreign Assets Control of the Department of Treasury), FAR 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) (31 U.S.C. 3322), FAR 252.232-7003 Electronic Submission Of Payment Requests (JAN 2004), FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document, (N00189-05-T-0466), provisions and clauses, which have been incorporated, are those in effect through FAC 2001-24. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, FAR 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2005) within this clause the following clauses apply and are incorporated by reference: DFARS 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582), DFAR 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JUN 2005), DFAR 252.204-7004, (NOV 2003), Required Central Contractor Registration, Alt 1. Definitions. As used in this clause (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number, means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database, means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.bpn.gov/. The following Navy Supply Command, (NAVSUP), provisions and clauses apply to this solicitation and are incorporated by reference: NAVSUP NNZ 5252.NS-046P, Prospective Contractor Responsibility, (AUG 2001), and NAVSUP NNZ 5252.NS-047P, Electronic Submission of Proposal, (AUG 2001). At time of award the following clause will be incorporated in full text: NAVSUP NBZ039 Wide Area Work Flow (WAWF) Supply (APR 2004). At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449. Either a price proposal on letterhead, or a SF1449 should show the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by September 19, 2005, at 1400, or 2:00 P.M. NOTE: ONLY BROCHURES THAT ARE MAILED IN OR E-MAILED WILL BE ACCEPTED. Offers can be e-mailed to belinda.griffin@navy.mil or mailed to; Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Contracting Department, Attn: Belinda Griffin, Code 230C1, Norfolk, VA 23511-3392. Reference RFQ N00189-04-T-0466, on your proposal. NAICS 423450 (500 Employees).
 
Place of Performance
Address: Commander, Maritime Force Protection Command, 2200 Gator Blvd Bldg 3890, Noroflk, Virginia, Mark for: SKC House
Zip Code: 23521-3024
Country: United States
 
Record
SN00890508-W 20050910/050908212943 (fbodaily.com)
 
Source
FedBizOpps.gov 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.