Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
SOLICITATION NOTICE

65 -- Assault Medical Backpack

Notice Date
11/14/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, MICC Fort Lewis, BLDG 2015 room 201, Fort Lewis, WA 98433
 
ZIP Code
98433
 
Solicitation Number
03
 
Response Due
11/17/2008
 
Archive Date
5/16/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number 03. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 98766. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-11-17 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Irwin, CA 92310 The USA ACA Fort Lewis requires the following items, Brand Name or Equal, to the following: LI 001, TSSI has developed Field Ready Contents for the M-9 Assault Medical Backpack. The kit comes equipped with the necessary supplies for use by a Tactical EMT, Military Medic, or other skilled provider for up front treatment of patients in the tactical or combat zone. The contents were specifically chosen as the most likely needed materials to quickly treat life-threatening conditions at the point of injury and to prepare the patient for extraction. The slim (three-inch total bag thickness) design of the M-9 allows the medic to move swiftly through narrow openings and vehicle or aircraft doorways to reach a patients side. For agencies requiring advanced medical kits that are ready for issue and use, the Field Ready M-9 Assault Medical Backpack is the answer. Field Ready M-9 Assault Medical Backpack Contents: Pelican #1010 Case (For meds, fragile items) Stylus Reach Light (Blue 18") Trauma Shears Hemostat & Kelly Clamp Laryngoscope & Blades Mosquito Hemostat TACOPS Knife Streamlight Enduro Headlamp Soft Goods Refill (includes) 3 Cravats 12 NeoPro Exam Gloves, Large 1 Hand Suction 8 Alcohol Prep Pads 1 Asherman Chest Seal 3 Nylon Tapes, 1" 2 Nasopharyngeal Airways, 30fr 2 Nasopharyngeal Airways, 34fr 1 Disposable Mac Blade, Size 4 1 Disposable Miller Blade, Size 2 5 Elasic Bandages, 4"x 5yds 6 HD Bandages, 7/8"x 3" 6 Gauze Pads, 2"x 2" (sterile) 6 Gauze Pads, 4"x 4" 2 (sterile) 2pk 2 SAM Splints, 18" 4 Water-Gel Burn Dressings, 4"x 4" 1 Water-Gel Burn Dressings, 4"x 16" 1 Water-Gel Burn Dressings, 8"x 18" 1 Water-Gel Burn Dressings, 12"x 16" 5 Prime Gauze Dressings 2 Oral Berman Airways, 80mm 2 Oral Berman Airways, 100mm 1 Endotracheal Tube w/Stylet, 7.0mm 6 Surgitube Foilpack Lubricants 1 Emergency Bandage, 4" 1 Emergency Bandage, 6" 2 Combat Application Tourniquets (CAT) 1 Tac Notes, 3"x 5" Items must be delivered no later than 5:00 PM 21 November 2008, 165, EA; For this solicitation, USA ACA Fort Lewis 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Lewis is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use 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. Bidders protesting bids or any subsequent purchase orders shall follow the procedures in Federal Acquisition Regulations Part 33. Protest shall be mailed to Mission and Installation Contracting Command, Enterprise and Operations, Army Contracting Command, Attn: Chief Commercial Items Division, Building 2015, MS19, Fort Lewis, Washington 98433-5500 Contact ClientServices @ FedBid.com or call 1-877-9FEDBID to address any questions. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. Quote MUST be good for 30 days after Reverse Auction closing date. New equipment/parts only. No remanufactured products. The contract price includes all applicable Federal, state, and local taxes and duties. FOB Destination CONUS (Continental U.S.) The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. a. The Contracting Officer (KO) at Fort Lewis is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. Proposed responders must submit any questions concerning this quote at least 5 days prior to the established closing date to reasonable to expect a response from the Government. Those questions not received within the proscribed date will not be considered. Offers will be evaluated based on price, delivery and technical acceptablibity. Quoters certifies that the product quoted meets or exceeds all minimum requirements as stated in the quote. Quotes must be submitted per unit price and total price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this quote will be rejected as non-responsive. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this contract. The Contractor will appoint an IMO to be the liaison between the Contractor and Government communication personnel. All requirements to the Directorate of Information Management (DOIM) will be coordinated through the IMO. (a) The Government Commercial Credit Card means the uniquely numbered credit card issued by the contractor, currently US Bank, to named individual Government employees to pay for official Government purchases. The contractor shall accept payment by the Government commercial credit card. All costs associated with the use of a Government credit card, e.g., transaction fees, must be included in the price for the appropriate CLIN(s). (b) The Government may use the credit card to pay for the fixed items and for oral or written delivery orders. "Oral delivery order" means an order placed orally either in person or by telephone, which is paid for by Government Commercial Credit Card. Individual oral credit card delivery orders shall not exceed $________. (c) The contractor, to whom this contract is awarded, shall not process a transaction for payment through the credit card clearinghouse until the purchased supplies have been shipped or services performed. (d) When processing invoice(s) for payment by credit card, the contractor shall discount the invoice amount by the prompt payment discount offered on this contract. All credit card transactions are paid within 36 hours of receipt of an invoice by US Bank I.M.P.A.C. Card Services. This shipment will be made on Government Bill Of Lading. Request for GBL is forwarded with this order. Fill out and return to the Materiel Movements Officer, Fort Lewis, WA. Shipment will be made by carrier designated by that office. Do not ship prepaid or collect. If shipment will be made sooner than 21 days prior to date in block 10, vendor must contact buyer shown in block 6. NOTE: DD Form 1659 (Application for U.S. Government Shipping Documentation) is included with this order. It is the responsibility of the contractor to complete and return this form to the Materiel Movement Officer (Block no. 1 of the DD Form 1659) or FAX it to: (253) 967-6736. This should be done as soon as the vendor receives this order, or has established a firm ship date. Particular attention must be given to Block No. 21 of the application in order for the Materiel Movement Officer to expedite shipment. QUESTIONS: Questions regarding the GBL should be directed to: Materiel Movements Branch ATTN: AFZH-JTM-M Bldg 9630, Box 339500, MS-53 Fort Lewis, WA 98433-9500 Telephone No: (253) 967-6445 or 4810 FAX No: (253) 967-6736 The contractor shall not make news releases or otherwise provide information relative to the performance of this contract or information relative to any incident occurring on ????? without prior approval of the Contracting Officer. a. The Government and the contractor understand and agree that the services to be delivered under this contract are non-personal services and that no employer-employee or master-servant relationship exists or will exist under the contract between the Government and the contractor or between the Government and the contractor's personnel. Further, the contractor is not the Government's agent. b. The Government will not exercise any supervision or control over contractor personnel performing services under this contract. Contractor personnel shall not become an integrated part of the Government organization in connection with performance under this contract. c. The services to be performed under this contract do not require the contractor or his employees to exercise personal judgment and discretion on behalf of the Government, but rather, the contractor's employees shall act and exercise personal judgment and discretion on behalf of the contractor. d. Contractor personnel shall not be eligible, by virtue of performance under this contract, for payment by the Government of entitlements and benefits accorded federal employees. The entire consideration to the contractor for performance of this contract is contained in the provisions for payment set forth in this contract. The contractor shall not hire any individual to perform work on Fort Lewis or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Lewis or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. CI DIVISION INSTRUCTION 26 - INFORMATION MANAGEMENT OFFICER (IMO) The Contractor will appoint an IMO to be the liaison between the Contractor and Government communication personnel. All requirements to the Directorate of Information Management (DOIM) will be coordinated through the IMO. The contractor shall comply with all DoD, DA, FORSCOM and local IAM instructions and regulations. The contracted individual providing services under this contract must comply with the information system security requirements prescribed by AR 380-19. The contractor shall appoint an individual as the Information Assurance Security Officer (IASO) and an Alternate Information Assurance Security Officer (AIASO) for each facility in which Automation Information Systems (AIS) are located. The contractor shall ensure that all standard and non-standard systems have a security plan/accreditation as identified in AR 380-19, Appendix D. The plan shall display that the proper ?Designated Approving Authority? (DAA) has approved and accepted any risks identified in the plan. No network connectivity will be granted until this task is completed. Each appointed IASO shall be trained and certified in accordance with AR 380-19. The contractor shall ensure that IASO?s and AIASO?s provide systems security to prevent unauthorized access, theft, or damage to the systems under their responsibility. The contractor shall ensure that each IASO and AIASO complies with the responsibilities and duties identified in AR 380-19 which includes accreditation of all computers and computer systems. The contractor shall ensure that the IASO and AIASO have the required security clearances and background investigations required by AR 380-67. DoD 5200.2-R, DoD Personnel Security Program, required DoD military and civilian personnel, as well as DoD consultant and contractor personnel, who perform work on sensitive automated information systems (all Fort Lewis systems and networks are considered Sensitive and will be operated in the System High Mode), to be assigned to positions which are designated at one of three sensitivity levels (ADP-I, ADP-II, ADP-III). These designations equate to Critical Sensitive, Non-Critical Sensitive. The contractor will assure that individuals assigned to the following sensitive positions have completed the appropriate forms: ___________________________________ The required investigation will be completed prior to the assignment of individuals to sensitive duties associated with the position. Each individual working on a sensitive automated information system will be required to fill out a System Authorization Access Request (SAAR) and turn it into the organizations system administrator. Fort Lewis retains the right to request removal of contractor personnel, regardless of prior clearance or adjudication status, whose actions, while assigned to this contract, clearly conflict with the interests of the Government. The reason for removal will be fully documented in writing by the Contracting Officer. When and if such removal occurs, the contractor will within ______ working days assign qualified personnel to any vacancy(ies) thus created. PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION (APR 2005)(a) Definitions. As used in this clause: Electronic Protected Health Information has the same meaning as the term ?electronic protected health information? in 45 CFR 160.103.Individual has the same meaning as the term ?individual? in 45 CFR 164.501 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g).Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E.Protected Health Information has the same meaning as the term ?protected health information? in 45 CFR 164.501, limited to the information created or received by the Contractor from or on behalf of The Government.Required by Law has the same meaning as the term ?required by law? in 45 CFR 164.501.Secretary means the Secretary of the Department of Health and Human Services or his/her designee.Security Rule means the Security Standards for the Protection of Electronic Protected Health Information at 45 CFR part 160 and part 164, subpart C.Terms used, but not otherwise defined, in this Agreement shall have the same meaning as those terms in 45 CFR 160.103 164.103, and 164.304 and 164.501. (b) The Contractor agrees to not use or further disclose Protected Health Information other than as permitted or required by the Contract or as Required by Law. (c) The Contractor agrees to use appropriate safeguards to prevent use or disclosure of the Protected Health Information other than as provided for by this Contract. The Contractor agrees to implement administrative, physical, and technical safeguards that reasonably and appropriately protect the confidentiality, integrity and availability of the Electronic Protected Health Information that it creates, receives, maintains, or transmits on behalf of the Government. (d) The Contractor agrees to mitigate, to the extent practicable, any harmful effect that is known to the Contractor of a use or disclosure of Protected Health Information by the Contractor in violation of the requirements of this Contract. (e) The Contractor agrees to report to the Government any use or disclosure of the Protected Health Information not provided for by this Contract. The Contractor agrees to report to the Government any security incident of which it becomes aware. (f) The Contractor agrees to ensure that any agent, including a subcontractor, to whom it provides Protected Health Information, in any format, that it creates, receives, maintains, or transmits on behalf of the Government, agrees to the same restrictions and conditions that apply through this Contract to the Contractor with respect to such information. (g) The Contractor agrees to provide access, at the request of the Government, and in the time and manner designated by the Government to Protected Health Information in a Designated Record Set, to the Government or, as directed by the Government, to an Individual in order to meet the requirements under 45 CFR 164.524. (h) The Contractor agrees to make any amendment(s) to Protected Health Information in a Designated Record Set that the Government directs or agrees to pursuant to 45 CFR 164.526 at the request of the Government or an Individual, and in the time and manner designated by the Government. (i) The Contractor agrees to make internal practices, books, and records relating to the use and disclosure of Protected Health Information received from, or created or received by the Contractor on behalf of, the Government, available to the Government, or at the request of the Government to the Secretary, in a time and manner designated by the Government or the Secretary, for purposes of the Secretary determining the Government?s compliance with the Privacy Rule. (j) The Contractor agrees to document such disclosures of Protected Health Information and information related to such disclosures as would be required for the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528. (k) The Contractor agrees to provide to the Government or an Individual, in time and manner designated by the Government, information collected in accordance with this Clause of the Contract, to permit the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528. General Use and Disclosure Provisions Except as otherwise limited in this Agreement, the Contractor may use or disclose Protected Health Information on behalf of, or to provide services to, the Government for the following purposes, if such use or disclosure of Protected Health Information would not violate the Privacy Rule or the Department of Defense Health Information Privacy Regulation if done by the Government: [List Purposes]. Specific Use and Disclosure Provisions (a) Except as otherwise limited in this Agreement, the Contractor may use Protected Health Information for the proper management and administration of the Contractor or to carry out the legal responsibilities of the Contractor. (b) Except as otherwise limited in this Agreement, the Contractor may disclose Protected Health Information for the proper management and administration of the Contractor, provided that disclosures are required by law, or the Contractor obtains reasonable assurances from the person to whom the information is disclosed that it will remain confidential and used or further disclosed only -- Please refer to FedBid for complete list of contract requirement(s) and terms and conditions.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c77a7fad7bd92f6ee11317026f10d2c1&tab=core&_cview=1)
 
Place of Performance
Address: Fort Irwin, CA 92310<br />
Zip Code: 92310<br />
 
Record
SN01705123-W 20081116/081114220210-c77a7fad7bd92f6ee11317026f10d2c1 (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.