Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

99 -- Misc Med Equipment

Notice Date
5/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
 
ZIP Code
23461-2299
 
Solicitation Number
H92244-10-T-0160
 
Archive Date
5/29/2010
 
Point of Contact
Kenneth C Brumfiel, Phone: 757-893-2716
 
E-Mail Address
kenneth.brumfiel@vb.socom.mil
(kenneth.brumfiel@vb.socom.mil)
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-10-T-0160, and a firm fixed price contract is contemplated. In this solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 effective 10 December 2009. The North American Industrial Classification Code (NAICS) 423450 applies with a business size standard of 100. This procurement is 100% small business set-aside. The DPAS rating for this procurement is DO-C9. All responsible sources may submit a quote which shall be considered by the agency. Section B Schedule of Supplies and Services This procurement is a brand name (TQS) or equal, if quoting equal please submit specifications with your quote. For CLIN's 0003 and 0004 all materials and patterns must already be approved by the Navy The contractor shall provide a proposal using the attached bid schedule in Section B. CLIN 0001, Description: Military Blow Out Kit : Kit shall include one each of the following: QuickClot Combat Gauze (Z fold), Bolin Chest Seal, trauma wound dressing (4" Israeli), nasopharyngeal airway (28 fr), Qty: 2 - S rolled Gauze (Z Pak), mechanical grease pencil (red), 4" ACE wrap, 14g needle catheter (3.25"), surgilube packet, casualty assistance card, vacuum sealed bag, Qty: 200, Unit of Issue: Kit; CLIN 0002, Description: Mass Trauma Casualty Kit, All Items are required to be loaded and packed into its own trauma bag. Qty: 12, Unit of Issue: Kit; The Mass Trauma Casualty Kit shall also include the following items: Qty: 1, Chest Tube Kit (Vacuum Sealed) - Chest Tube Kit shall include the following; Chest Tube 36fr (Qty:2), Chest Drain Valves (Heimlich) (Qty: 2), 10 cc syringe w/ 18 gauge 1 1/2 " needle (Qty : 2), Forceps - Kelly - curved 8" (Qty: 1), Forceps - Kelly - curved 5.5" (Qty: 1), Scalpel #10 (Qty: 1), Suture Kit 2 Nylon Dbl Needle (Qty: 2), Betadine Swabs (Qty: 6), 4" x 4" Gauze (Qty: 8), Petroleum Gauze 3" x 36" (Qty: 2), Gloves - Non Sterile - 1 pair (Qty: 2 pair), CSR Wraps (Qty: 2), TMK Insert Card (Qty: 1), The Mass Trauma Casualty Kit shall also include the following items: Qty: 1, Suction Easy W / ET Tube Cath and Lanyard; Qty: 1, BVM - Bag/Valve/Mask/Ambu Bag; Qty: 1, Stethoscope; Qty: 1, Laryngoscope kit - Plastic one w/ 3 blades; Qty: 1, Cric Kit; Qty: 6, Asherman Chest Seal; Qty: 2, ET Tubes 7.0 mm W / Water based lube; Qty: 2, ET Tubes 8.0 mm W / Water based lube; Qty: 1, Syringe 10cc; Qty: 2, Sharpie Markers, Ultra fine point / Black; Qty: 2, Sharpie Markers, Ultra fine point / Red; Qty: 2, Sharpie Markers, fine point / Black; Qty: 2, Sharpie Markers, fine point / Red; Qty: 2, Penlights-Disposable; Qty: 1, Thermometer-Digital; Qty: 1, Thermometer - Hypothermia - regular glass; Qty: 1, BP cuff- comes with stethoscope, complete kit; The Mass Trauma Casualty Kit shall also include the following items: Qty: 4, Description IV Kit - IV Kit shall include the following: Qty: NaCl 0.9% - 500cc 1->4, IV Cath - 18ga x 1 1/4" 2->8, IV Cath - 16ga x 1 1/4" 1->4, IV Start Kit 1->4, 10 Drop IV Line 1->4, Opsite 1->4, Line backer 1->4; The Mass Trauma Casualty Kit shall also include the following items: Qty: 6, Naso 28 fr (Kept in original Wrap) / Lubricant; Qty: 15, Casualty Assistance Cards; Qty: 2, Trauma Shears; Qty: 6, Large plastic bags (Husky Construction Bags) Ziploc; Qty: 6, Gallon Bags; Qty: 2, Roller IV Tourniquet - BLUE TOURNIQUET; Qty: 8, Syringe 3cc 23ga x 1in; Qty: 4, Sutures 2 nylon w/needle; Qty: 1, Faretec Traction Device; Qty: 2, Casualty Blanket; Qty: 10, Cotton Gauze - Z-Pak; Qty: 10, Cotton Gauze - H&H Pri Med; Qty: 6, ACE Wrap 4in; Qty: 4, Tourniquet METs; Qty: 5, Pair of Gloves, non -sterile. Large; Qty: 6, Each set in a snack size zip lock bag - IV Catheter 10 Ga. X 3in with 10cc syringe with pair of Defender BLUE exam gloves; Qty: 2, IV CATH - 14g x 3 1/4 "; Qty: 2, IV Cath - 18g x 1 1/4 " ; Qty: 10, Petroleum Gauze 3 x 36; Qty: 6, 4 in Bandage (Israeli); Qty: 12, Cravat 12 LR4; Qty: 3, SAM Splint - 36"; Qty: 1, Roll of Riggers Tape, 1in - DUCT TAPE; Qty: 1, C-Collar; CLIN 0003, GEN II Military Emergency Tourniquet in AOR-1, with AOR-1 Pouch, Qty: 100, Unit of Issue: Each; CLIN 0004, GEN II Military Emergency Tourniquet in Multicam, with Multicam Pouch, Qty; 100, Unit of Issue: Each; CLIN 0005, Casualty Assistance Cards with Cords, Qty: 72, Unit of Issue: Each; OPTION CLIN 1001, Description: Military Blow Out Kit : Kit shall include one each of the following: QuickClot Combat Gauze (Z fold), Bolin Chest Seal, trauma wound dressing (4" Israeli), nasopharyngeal airway (28 fr), Qty: 2 - S rolled Gauze (Z Pak), mechanical grease pencil (red), 4" ACE wrap, 14g needle catheter (3.25"), surgilube packet, casualty assistance card, vacuum sealed bag, Qty: 200, Unit of Issue: Kit; FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS CLIN AND ARE SUBJECT TO FAR 52.232-18 -- Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. OPTION CLIN 1002, Description: Military Blow Out Kit : Kit shall include one each of the following: QuickClot Combat Gauze (Z fold), Bolin Chest Seal, trauma wound dressing (4" Israeli), nasopharyngeal airway (28 fr), Qty: 2 - S rolled Gauze (Z Pak), mechanical grease pencil (red), 4" ACE wrap, 14g needle catheter (3.25"), surgilube packet, casualty assistance card, vacuum sealed bag, Qty: 200, Unit of Issue: Kit; FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS CLIN AND ARE SUBJECT TO FAR 52.232-18 -- Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Delivery date: CLINS 0001 - 0005 TBD. OPTION CLINS 1001 - 1002 TBD Delivery is an evaluation factor. Deliver to NSWDG, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 FOB Point is Destination CLAUSES INCORPORATED BY REFERENCE: FAR 52.202-1 Definitions Jul-04 FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions On Subcontractor Sales To The Government - Alt I (Oct-1995) Sep-06 FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity Jan-97 FAR 52.204-7 Central Contractor Registration Apr-08 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Sep-06 FAR 52.211-6 Brand Name or Equal Aug-99 FAR 52.211-14 Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use Apr-08 FAR 52.211-15 Defense Priority and Allocation Requirements Apr-08 FAR 52.212-1 Instructions to Offerors -- Commercial Items Jun-08 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Mar-09 FAR 52.217-5 Evaluation of Options Jul-90 FAR 52.219-6 Notice Of Total Small Business Set-Aside Jun-03 FAR 52.219-8 Utilization of Small Business Concerns May-04 FAR 52.219-28 Post-Award Small Business Program Representation Apr-09 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Aug-09 FAR 52.222-21 Prohibition Of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep-06 FAR 52.222-36 Affirmative Action For Workers With Disabilities Jun-98 FAR 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans Sep-06 FAR 52.222-50 Combating Trafficking of Persons Feb-09 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun-08 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.232-9 Limitation On Withholding Of Payments Apr-84 FAR 52.232-18 Availability of Funds Apr-84 FAR 52.232-23 Assignment of Claims Jan-86 FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Oct-03 FAR 52.233-1 Disputes Jul-02 FAR 52.233-1 Alt I Disputes Dec-91 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.242-13 Bankruptcy Jul-95 FAR 52.242-15 Stop-Work Order Aug-89 FAR 52.243-1 Changes -- Fixed-Price Aug-87 FAR 52.247-34 F.o.b. - Destination Nov-91 FAR 52.249-8 Default (Fixed-Price Supply & Service) Apr-84 DFARS 252.204-7000 DISCLOSURE OF INFORMATION Dec-91 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A Sep-07 DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country Dec-06 DFARS 252.211-7003 Alt I Item Identification and Valuation Alt I Aug-08 DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate Dec-09 DFARS 252.225-7001 Buy American Act And Balance Of Payments Program Jan-09 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Apr-03 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.247-7023 ALT III Transportation of Supplies by Sea ALT III May-02 SOFARS 5652.204-9003 Disclosure of Unclassified Information (2007) Section H SOFARS 5652.204-9004 Foreign Persons (2006) Section K CLAUSES INCORPORATED BY FULL TEXT: Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.farsite.hill.af.mil All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: technical, delivery, and price. Delivery and technical when combined are significantly more important than cost or price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS Aug-09 FAR 52.212-3 Alt I OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS - Alt I Aug-07 FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation) Aug-09 FAR 52.252-1 Solicitation Provisions Incorporated by Reference. Feb-98 FAR 52.252.2 Clauses Incorporated By Reference Feb-98 FAR 52.252-3 Alterations in Solicitation Apr-84 FAR 52.252-5 Authorized Deviations in Provisions Apr-84 FAR 52.252-6 Authorized Deviations in Clauses Apr-84 FAR 52.253-1 Computer Generated Forms Jan-91 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Jul-09 SOFARS 5652.201-9002 AUTHORIZED CHANGES ONLY BY CONTRACTING OFFICER (JAN 2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Leigh Walker, telephone (757) 893-2713, address 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299. SOFARS 5652.232-9003 Paying Office Instructions (2005) As prescribed in 5632.7004(b), insert the following clause, Editable & Fill-ins (a) The Primary Contracting Office Point of Contact is: Kenneth Brumfiel, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, kenneth.brumfiel@vb.socom.mil, 757-893-2716. (b) The Administrative Contracting Office Point of Contact is: Kenneth Brumfiel, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, kenneth.brumfiel@vb.socom.mil, 757-893-2716. (c) The Contracting Officer's Representative is: Kenneth Brumfiel, Contracting Specialist, NSWDG, 1636 Regulus Ave. Virginia Beach, VA 23461-2299, kenneth.brumfiel@vb.socom.mil, 757-893-2716. (d) Invoice(s) should be forwarded directly to the following designated billing office: Located in block 9 of the SF1449. (e) Payment will be made by the office designated in Block 12 on Standard Form 26, Block 25 on Standard Form 33, or Block 15 on DD form 1155, Block 18a on Standard Form 1449 or otherwise designated paying office. (f) Payment to the contractor shall be mailed to the following address to be determined before contract award. (g) Special Payment Instructions: None. SOFARS 5652.215-9016 Technical and Contractual Questions Concerning This Solicitation (JAN 2000) As prescribe in 5615.209(l), insert the following provision, Editable and Fill-ins All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent to the following point of contact: Kenneth Brumfiel - Contract Specialist Kenneth.brumfiel@vb.socom.mil PH - 757-893-2716 1636 Regulus Ave. Virginia Beach, VA 23461-2299 SOFARS 5652.233-9000 Independent Review of Agency Protests (2005) All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision may be made to the Chief of Contracting. Submit request in accordance with FAR 33.104(d) (4) to: Naval Special Warfare Development Group, Chief of Contracting, (N72), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299, Fax (757) 893-2957. All questions concerning this procurement, either technical or contractual must be submitted to kenneth.brumfiel@vb.socom.mil by May 13, 2010 at 8:00AM EST. The offeror agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. Only complete quotes will be considered for award. If you have previously provided a quote please resubmit in accordance with this solicitation. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Point of contact for this procurement is Kenneth Brumfiel at phone number: (757-893-2716) or email at kenneth.brumfiel@vb.socom.mil. All responsible sources may submit a quote, which shall be considered by NSWDG. Quotes must be received by Kenneth Brumfiel by email at kenneth.brumfiel@vb.socom.mil, fax at (757) 893-2957 or U.S. Postal mail addressed to NSWDG, Attn: Kenneth Brumfiel (Contracts/N7), 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299 no later than 8:00 a.m. Eastern Standard Time (EST) on 14 May 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-10-T-0160/listing.html)
 
Record
SN02146070-W 20100513/100511234821-57a6564da41603795c9313cf29bf14e7 (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.