Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

65 -- Manikins

Notice Date
9/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
USPFO for Michigan, Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD., Lansing, MI 48906-2934
 
ZIP Code
48906-2934
 
Solicitation Number
W90AFY01610001
 
Response Due
9/20/2010
 
Archive Date
11/19/2010
 
Point of Contact
Kim Pohl, 517-481-7842
 
E-Mail Address
USPFO for Michigan
(kim.pohl@ng.army.mil)
 
Small Business Set-Aside
N/A
 
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. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation number is W90AFY01610001, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-29 and Defense Acquisition Circular Number 91-11, 20081124 Edition. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. Quotations are being solicited and a Firm Fixed Price (FFP) type Purchase Order(s) is anticipated. This solicitation is Unrestricted The North American Industry Classification System (NAICS) code is 326199. Size Standard: Quotes to include shipping charges (Fob destination pricing required) Description of commodity: 0001: Laerdal 201-10001 Crash Kelly Qty 5 each 0002: Laerdal 275-10001 Trauma makeup kitQty 5 each 0003: Laerdal 275-00001 BTLS Victim injury setQty 5 each 0004: Laerdal 375-21001 Interchangeable Catherization and enema Qty 5 each 0005: Laerdal 381500 Trauma modulesQty 5 each 0006: Laerdal 276-00001 winds: Adv Trauma kitQty 2 each 0007: Laerdal 276-15001 Simulated NBC Module kit Qty 5 each 0008: Laerdal 210-00150 forced air bleeding system complete Qty 5 each 0009: Laerdal 205-05050 ALS simulator Qty 16 kits 0010: Laerdal 200-100001 Vitalsim completeQty 16 ea 0011: Laerdal 205-09101 ALS Simulator Adv Peripheral kit Qty 6 kits 0012: Laerdal 376-00050 Prompt Birthing simulator Qty 5 sets 0013: Laerdal 80-1496 ACLS Scenarios for ALS Simulator Qty 1 kit 0014: Laerdal 200-17201 Emergency preparedness-terrorism scenario Qty 1 kit 0015: Laerdal 80-1460 BLS anytime for healthcare providers Qty 10 kits 0016: Laerdal 205-90350 Intro to ALS Simulator advanced onsite Instructor for 8 participants for 2 days Qty 1 each 0017: Laerdal 205-90350 Intro to ALS Simulator standard class On site training to teach up to 8 for 1 day Qty 2 each 0018: Laerdal 205-05050PMB ALS Simulator preventive maint Qty 40 each 0019: Laerdal 200-10001EXW Vitalsim control unit ext warranty Qty 16 each IF QUOTING AN EQUAL DESCRIPTIVE LITERATURE IS REQUIRED. If literature is not received bid will not be considered. Delivery and installation location for all equipment is: Detroit, MI 48234 A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications Commercial Items, must be completed and submitted with quotation. A copy is available at http://www.arnet.gov.far/. By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this RFQ. The following FAR Provisions and Clauses apply to this acquisition: 52.203-3, Gratuities 52.203-6 ALT I, Restrictions of Subcontractor Sales to the Government 52.204-4, Printed or Copied-Double Sided on Recycled Paper 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.211-16, Variation in Quantity (25% Increase/25% Decrease) 52.212-1, Instructions to Offerors-Commercial Items 52.212-2, Evaluation-Commercial Items (Evaluation factors being price and past performance with each being equally considered in the evaluation process) 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items Alternate I 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.233-2, Service of Protest 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.252-6, Authorized Deviations in Clauses The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.204-7004, Alternate A 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.217-7019 ALT I, Sanitary Conditions-Alternate I 252.217-7022, Code Dating 252.217-7023, Marking 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.246-7000, Material Inspection and Receiving Report Copies of all provisions and clauses, including Representations and Certifications, are available at http://www.arnet.gov/far. Point of contact for this RFQ is Kim Pohl at (517)481-7842. Quotes can be e-mailed to kim.pohl@us.army.mil; faxed to (517)481-7847; or mailed to USPFO for Michigan, 3423 North Martin Luther King Jr Blvd-Rm 219, Lansing, MI 48906-2934. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. Quotes are due not later than 12:00 PM, EST on Sep 20, 2010. All responsible sources may submit an offer, which shall be considered by the agency. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be a best value to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W90AFY01610001/listing.html)
 
Place of Performance
Address: USPFO for Michigan Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD. Lansing MI
Zip Code: 48906-2934
 
Record
SN02273640-W 20100910/100909000425-21f07cbe63fcf2db440ceae4dd803c6f (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.