Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2009 FBO #2607
SOLICITATION NOTICE

42 -- FIELD READY MEDICAL BACKPACK EQUIPPED WITH NECESSARY SUPPLIES FOR USE BY A TACTICAL EMT, MILITARY MEDIC OR OTHER PROVIDER OF UP FRONT TREATMENT OF PATIENTS IN TACTICAL OR COMBAT SITUATIONS

Notice Date
1/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Army, ACA, Pacific, ACA, Fort Richardson, ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ-09-S-1011
 
Response Due
1/19/2009
 
Archive Date
3/20/2009
 
Point of Contact
Shirley Rush, 907-384-7104<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This synopsis solicitation number is W91LE58364D043. (iii) This synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-18 (July 5, 2007). (iv)The applicable NAICS is 423450. (v) This synopsis solicitation contains (1) line item. Quotes are being sought from Total Small Business. Shipping must be FOB destination, with delivery to Fort Richardson, Alaska. (vii) Delivery location: 4th BCT (ABN), 25TH ID (L), ATTN: APVR-AABN-S4, BUILDING 1, ROOM 314, FORT RICHARDSON, ALASKA 99505-0525 Acceptance will be Government: Fort Richardson, Alaska 99505 20 February 2009. CLIN0001: M-9 Assault Medical Backpack or Equal 165 Each bag must be field ready and packed with the necessary supplies for use by a tactical EMT, military medic or other provider of up front treatment of patients in a tactical or combat situation. The bag must contain a minimum of the following: Pelican #1010 Case (For meds, fragile items); Stylus Reach Light (Blue 18); Trauma Shears; Hemostat & Kelly Clamp; Laryngoscope & Blades, Mosquito Hemostat; TacOps Knife; Soft Goods Refill (includes):3 Cravats, 12 Neo-Pro Exam Gloves, Large1 Hand Suction, 8 Alcohol Prep Pads, medium, 8 Povidone Iodine 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 Elastic Bandages- 4x5yds, 6 HD Band-Aids-7/8x3, 6 Gauze Pads-2x2 and Sterile, 6 Gauze Pads-4x4 Sterile 2pk, 2 SAM Splints-18, 4 Water-Jell Burn Dressings- 4 x 4, 1 Water-Jell Burn Dressings- 4x16, 1 Water-Jell Burn Dressings-8 x 18, 1 Water-Jel Burn Dressings-12 x 16, 5 Prime Gauze Dressings, 2 Oral Berman Airways-80mm, 2 Oral Berman Airways-100mm, 1 Endo-tracheal Tube w/Stylet-7.0mm, 6 Surgi-lube Foil pack Lubricants, 1 Emergency Bandage-4, 1 Emergency Dressing-6, 2 Combat Application Tourniquet (CAT), 1 Tac-Notes, 3x5 Bag Design: The dimensions of the bag must not measure more than 20h x 13w x 3d when closed and must have an ACU PATTERN. The bag should be constructed of materials that are weather and water resistant 1000 denier Dupont -Cordura, MIL-SPEC nylon webbing and sewn with type E thread double stitched in stress points. Each bag should be designed with the following compartments or more in the main section: 2 Airway Supply Panels - one should be sewn in and at least one should be modular, 4 removable internal pockets and at least 3-4 concealed pockets in the internal compartment. The bag must have the option of being carried by handles located on top of the pack body, backpack straps and or waist strap. The straps on the top of the pack must have removable straps like the fastec buckles. The bottom pocket must be designed to hold IV solutions accessible through front zipper or from inside using a trap door bottom. Zipper pulls should be bright color for quick identification. Must have drain hole in the bottom of the bag and Velcro patch for the loose ends of the back pack straps. (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), applies to this acquisition. (ix), Offers will be evaluated using the best value selection method; the following are the evaluation factors to be used: Technical Specification of the request, Price, Delivery. The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.214-21 Descriptive Literature (APR 02); FAR 52.217-5 Evaluation of Options (JUL 1990); FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. Feb 2006FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 8:00 PM, Alaska Time, 19 January, 2009 via fax (907) 384-7112 or email shirleyrush@us.army.mil. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors information. For further information contact Shirley Rush at (907) 384-7104 or e-mail: shirleyrush@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=272f833f34f7950e2050c3b1a4ea12f7&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK<br />
Zip Code: 99505-0525<br />
 
Record
SN01731530-W 20090115/090113215525-272f833f34f7950e2050c3b1a4ea12f7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.