Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOLICITATION NOTICE

65 -- BLOW OUT KITS

Notice Date
11/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
446199 — All Other Health and Personal Care Stores
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, VA, 23461-2299, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92244-07-T-0011
 
Response Due
12/15/2006
 
Archive Date
12/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6, as supplemented with additonal information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Naval Special Warfare Development Group, Virginia Beach, Virginia has a potential requirement to procure the following: 300 EA, TQS-2 Blowout Kit with the following specifications. 10"x6" 5 mil polynylon bag (no substitutions accepted), suctioned size 7"x5.5", weight 10 oz, container 5M Tinsel Strength Transparent Plastic Bag, waterproof, must have included: (1) casualty card, (2) Crinkle Gauze, 4.5" x 4.1 yrds, cotton, white, 4" Trauma/Wound Dressing, 4"x5 yrds Elastic Bandage, (1) Asherman Chest Seal (Rusch Inc NSN 6510-01-408-1920), (1) Nasopharyngeal Airway, 28 Fr, Latex-Free, Rusch Inc Ref # 123328, Airway must have a rigid tube inserted. The tube must extended out of each end of the airway. The purpose of this tube is to maintain the form of the airway after it has been placed under negative pressure, (1) 1.75 oz Quick Clot. Each kit must be sectioned to >20 mmhg of negative internal pressure. Heat seal must be 3/8" in width. Kit must be accompanied by a 1000 cordura nylon sleeve (coyote tan). Kit must not contain any company marking or information inside or affixed outside. There should be a minimal free air left in the kit once it has been suctioned, to meet the size restrictions listed above. The vendor providing this product must offer a warranty of their product. The warranty must state that the company will provide, at no additional cost to the customer, absolute quality assurance. At any time that we (the customer) may send a product, which does not meet the above-mentioned specifications back. Clin 0002, 300 ea, MET T-T, Military Emergency Tourniquet. Clin 0003, 10 ea, TQK-MTK, TQS-1 Military Thoracic Kit, Contents, (2) Chest Tube 36 fr, (2) Heimlich Valve, (1) 10 cc Syringe w/18 g needle, (1) Forcep, curved kelly 5.5", (1) Forcep, curved kelly 8", (1) Scalpel #10, (2) Suture kit 2 nylon double needle, (6) Betadine swabs, (8) 4x4 Gauze, nonsterile, (2) Petrolieum gauze, (1) pair gloves, nonsterile. H92244-07-T-0011 is anticipated to result in a Firm Fixed Price (FFP) contract. Submit written offers; oral orders will not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13, 28 September 2006. North American Industrial Classification Code (NAICS) 446199 applies to this procurement. The DPAS rating for this procurement is DO. This procurement is a small business set-aside. The following provisions and clauses apply to this procurement: FAR 52-219-6 Notice of Total Small Business Set-Aside (June 2003); FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2006); 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 (Sep 2005); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Feb 2006); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes for Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 2006); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005). Proposals and questions shall be on company letterhead in company format and must be sent to the attention of Thelma Escobar either by fax (757) 492-7954, email thelma.escobar@vb.socom.mil or United States Postal mail addressed to NSWDG, Attn: Thelma Escobar, 1636 Regulus Ave, Virginia Beach, VA 23461-2299 by 4:00pm Eastern Standard Time on 15 December 2006. Proposals received after this timeframe shall not be considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price. The prospective offeror must be registered with the Central Contractor Registration (CCR) website at http://www.ccr.gov to be considered for award.
 
Record
SN01185947-W 20061124/061122221030 (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.