Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
MODIFICATION

65 -- CRITICAL CARE KIT

Notice Date
7/16/2010
 
Notice Type
Modification/Amendment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Field Assistance Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
F3MT240124A001
 
Archive Date
8/13/2010
 
Point of Contact
Travis L Davis, Phone: 910-243-0355, Diane N Williams, Phone: 910-243-2176
 
E-Mail Address
davistl@jdi.socom.mil, williamsdi@jdi.socom.mil
(davistl@jdi.socom.mil, williamsdi@jdi.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 prescribed 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 Purchase Request Number F3MT240124A001 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-43. This procurement is being issued as 100% Small Business Concern. The Associated North American Industrial Classification Standard (NAICS) Code is 339112, Size Standard 500 employees or under. This acquisition is to be a firm fixed price (FFP) type contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Items called for by this RFQ have been identified in the schedule by brand name. The contractor shall provide the following Contract Line Item Numbers (CLIN): CLIN 001 Critical Care Kits (Qty: 20 Kits) - All items must be conspicuously placed and fully functional (able to retrieve any item without removing another upon opening the case) as kits in the Pelican Case Model 1520 (Color: Black) with foam (Color: Black) and the Pelican Case Model 1610 (Color: Black) with foam (Color: Black) prior to delivery. The Pelican Case Model # 1520 (1 each per kit) shall include the following items (conspicuously placed - readily visible) with an empty space measuring 5 inches wide by 3 inches high by 2 ½ inches deep (5"W x 3"T x 2 ½" D): (1) Lowepro Omni Sport Soft Case. Mfr: Lowepro. Mfr Part# 2000410 or EQUAL. Must provide specifications if providing equal (1 each per kit). (2) SAVe Portable Ventilator Kit, Mfr: AutoMedx, Mfr Part# 70000 (1 each per kit), (3) Zoll enFlow IV and Fluid Warmer Kit, Mfr: Zoll; Mfr Poduct Code# 980100EU (1 each per kit). (4) Zoll Power Infuser Pump and accessory Kit, Mfr: Zoll; Mfr Model# M100D-3A (1 each per kit). (5) Teruflex Blood Bag System; Mfr: Terumo Transfusion Products; Mfr Part# 1BB*SCD506A3 (3 each per kit). (6) Eldoncard Blood Typing Kits; Mfr: Eldon Biologicals A/S; Mfr Part# 2511-1 (Qty: 2 each per kit). The Pelican Case Model # 1610 (1 each per kit) shall contain the following items: (1) S-SCORT JR Quickdraw Alkaline Battery Set w/extra battery and canister; Mfr: SSCOR Inc; Mfr Model # 2403 (1 each per kit). (2) Atrium Express Mini-500 Dry Seal Drain; Mfr: Atrium; Mfr Model# 16400 (1 each per kit). (3) Blanket, Blizzard Casualty; Mfr: Blizzard; Mfr Part# BH01 (1 each per kit). (4) AED Heartsine Samaritan; Mfr: Heartsine; Mfr Part# SAM 300P-1 (1 each per kit). (5) Set of Emergency Drugs (1 set per kit) Includes - Epinephrine - 1:10,000, 0.1mg/ml, 10ml syringe, 3 each; Amiodorone - 50mg/ml, 3ml syringe, 3 each; Atropine - 0.1mg/ml, 10ml syringe, 3 each, Magnesium Sulfate - 50%, 4meg/ml, 10ml syringe, 2 each; Naloxone - 0.4mg/ml, 1ml Carpuject, 6 each. This requirement will be accomplished using full and open competition procedures for commercial off the shelf items. The government desires delivery not more than 60 days after receipt of order. Pricing shall be destination pricing. Place of delivery will be USSOCOM Regional Contract Office, Bldg 3-1947 Malvesti Rd, Pope AFB NC 28308. The following factors will be used to evaluate offers; (1) Price (2) Delivery. Offer will be evaluated on prices inclusive of transportation charges from shipping points to delivery destination. Delivery is defined as the capability and offeror affirmation to conform with, or better, the required delivery date. Only those offers evaluated as Pass will be further evaluated and considered for award. The price is slightly more important than delivery. Offer shall provide at least two past performance references with contact information. The following provisions and clauses are applicable to this acquisition. FAR Clause 52.204-7 Central Contractor Registration, FAR Clause 52.212-2 Evaluation - Commercial Items, FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items: Online Representations and Certifications ORCA are considered acceptable to meet this clause requirement, otherwise a complete copy of the Offeror Representations and Certification will be required. FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions required to Implement Statues or Executive Orders-Commercial; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.232-33 Payment by Electronic Funds Transfer, DFARS 252.212-7000 Offeror Representation and Certification-Commercial Items, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Application to Defense Acquisition of Commercial Items, DFARS 252.204-7004 Alt A Central Contractor Registration. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. QUOTES SHALL INCLUDE: (1) Original letter signed by an individual authorized to bind the organization (include Federal Tax Identification Number), with a schedule of offered items to include unit price and total price. (2) Representation and Certifications compliant with FARS Clause 52.212-3. (3) Acknowledgement and agreement with amendments, if used. (4) Delivery schedule and past performance reference. Amendments, if any, will be posted on FedBizOpps at http://www.fedbizopps.gov. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Offerors must have a current registration in the Central Contractor Registration (CCR) prior to award. Website for CCR is www.ccr.gov. QUOTE ARE DUE: Quotes and any applicable attachments shall be received not later than 10:00 a.m. EST, 29 Jul 2010. The preferred method for submitting quotes is by email (davisTL@jdi.socom.mil). It is the offerors responsibility to ensure faxed quotes and attachments are received by the designated time to fax number (910)243-0249 the POC for confirmation is Travis Davis at (910)243-0355. Any questions referencing this solicitation will be submitted in writing via email at davisTL@jdi.socom.mil, not later than 22 Jul 2010. The point of contact for this solicitation is Travis Davis, Contract Specialist at (910)243-0355 or email listed above. Point of Contract Travis Davis, Contract Specialist, Phone 910-243-0355, Fax 910-243-0249, Email davisTL@jdi.socom.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOALKA/F3MT240124A001/listing.html)
 
Place of Performance
Address: Malvesti Rd, Bldg 3-1947, Pope AFB, North Carolina, 28307, United States
Zip Code: 28307
 
Record
SN02208493-W 20100718/100716234943-424246dbb64c79ebd6cf551d25677ef4 (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.