Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
MODIFICATION

65 -- INL-IN23MX94-CHIAPASSSP-CANINE EQUIPMENT

Notice Date
8/12/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
Paseo de la Reforma 305, Colonia Cuauht????????moc, Mexico City, 06500
 
ZIP Code
06500
 
Solicitation Number
PR5583028
 
Response Due
8/12/2016
 
Archive Date
2/8/2017
 
Point of Contact
Name: Aaron Cuadra, Title: Procurement Agent, Phone: 5550802000, Fax:
 
E-Mail Address
cuadraa@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE:Bids are being solicited under solicitation number PR5583028. 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. 813504_01. 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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. 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 2016-08-12 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Laredo, TX 78045 The DOS Embassy/Mexico City INL - Department of State requires the following items, Meet or Exceed, to the following: LI 001: Bowl - Bowl 32 oz., no-spill proof dog water bowl. Made of non-toxic polyethylene. Color: white., 20, EA; LI 002: First aid kit for canine - Black nylon case with a large central compartment and multiple attachment points. Dimensions Case Closed: H 7.75 in. x W 13 in. x D 9 in. CONTENTS: 4 x S-Rolled Gauze 2 x ETD? 4 in. Emergency Trauma Dressing 1 x ETD? Abdominal Emergency Trauma Dressing 1 x Combat Gauze? Hemostatic Bandage 1 x NAR Needleless Saline Lock Kit 2 x ARS? Needle Decompression Kit (14 G x 3.25 in.) 2 x Petrolatum Gauze (3 in. x 18 in.) 1 x SAM? Splint II (36 in. x 4.25 in.) 1 x Trauma Shears (7.25 in.) 1 x Eye Wash Solution 1 x Splinter Forceps 10 x Bear Claw? Nitrile Trauma Gloves (5 pr.) 1 x Hydrogen Peroxide (8 oz) 1 x Digital Veterinary Thermometer 1 x Tactical Black Muzzle 2 x 2 in. Veterinary Elastic Adhesive Tape 2 x 4 in. Veterinary Elastic Adhesive Tape 1 x Black Flexible, Self-Adherent Bandaging Tape 1 x Veterinary Tissue Adhesive NOT 1RST AID KIT FOR PETS WILL BE ALLOWED, ONLY KITS FOR POLICE CANINES MUST BE QUOTED, 22, EA; LI 003: First aid kit for human - 50 Bandages 1"x3" 5 Bandages 2"x4" 5 Fingertip Bandages 5 Knuckle Bandages 5 Butterfly Bandages 2 Triangular Bandage 40" x 40" 1 Elastic Bandage 3" 10 Gauze Pads 2" x 2" 10 Gauze Pads 4" x 4" 1 Roll Gauze 2" x 4yds. 2 Roll Gauze 4" x 4yds. 2 Combine Pads 5" x 9" 1 Multi-Trauma Dressings 25 BZK Towelettes 4 Iodine Swab Sticks 12 Triple Antibiotic Ointments 3 Hydrocortisone Creams 4 Burn Jels 1/8 oz. 6 Antimicrobial Hand Wipes 2 Cold Packs 1 Eyewash 4 oz. 3 Eye Pads 6 Cotton-Tip Applicators 3", 2pk. 1 Tape 1" x 10 yds. 1 Scissors, Paramedic 1 Splinter Forceps (tweezers) 1 Penlight, disposable 1 CPR Microshield 2 Bio-Waste Bags 6 Gloves 1 First Aid Guide, 10, EA; LI 004: Tactical Harness - Harness with adjustable straps and a lock buckle. Velcro panel on both sides for optional 4" x 2" ID. Light attachment on the top of harness. With a heavy duty Mil-Spec V ring for a leash. Girth dimensions: 27" to 34". Color: green camo, 15, EA; LI 005: Dog bottle and bowl - Stainless dog bottle and bowl, 25 oz. With silicone outer coating, impact resistant, the twist top is the bowl. Color: coyote brown., 15, EA; LI 006: Id collar - Adjustable Id collar, made of Mil-Spec nylon, 2" d-ring. With quick release, features a contour, cop-lock buckle. ID panels are removable, with velcro. Color: green camo., 15, EA; LI 007: Canine Reward launcher - Box System. Ultra low odor package allowing a wide range of training aids to be the abundant odor source. Device box uses spacer to hold device in place during horizontal use and thumb screw fasteners. Hand holes on boxes go in up position during horizontal use to place plastic rivets in down position. Distraction box comes with PVC tube that is capped to hold reward item same as device. K-9 BSD mod. BSD-2 HDPE or equivalent., 5, EA; LI 008: Dog Trotter - With aluminum frame, solid 1.25" aluminum axles, hubs and wheels. All aluminum frame. Free spinning track. Anti skid running surface. With adjustable system. 8 " Dolly wheels for mobility. Measures: 64" axle to axle, 72" overall length, 14" or 16" wide running surface, 36" from track to top of risers., 1, EA; LI 009: Camera Hero4 Silver - Features 1080p60 and 720p120 video, 12MP photos up to 30 frames per second, Wi-Fi and bluetooth, and Protune? for photos and video. Waterproof to 131? (40m). Touch display. GoPro HERO4 Silver or equivalent., 2, EA; LI 010: Camera mount - To fit the ID Harness, is mounted on the front chest strap or the top of the harness. Also fits in any 2" wide chest strap harness. Made of aluminum and mil-spec nylon for a heavy duty use., 2, EA; LI 011: Combat harness - With built-in handle on top, mil-spec webbing and sewing, heavy duty mil-spec V-ring (for a leash), tri glide Mil-Spec metal slide adjustment buckles, two velcro panels, adjustable to fit dogs: 26" to 40" girth dogs. To be used to mount one camera Hero4 Silver or equivalent., 2, EA; LI 012: Digital veterinary scale - Veterinary digital scale up to 400 lb. 1" LCD w/ backlight, AD update speed: 10HZ, 38" x 20" ABS Plastic Platform, Rubber mat, rollers and handles, AC Adapter (Included), 1, EA; LI 013: Clicker - Training tool with a wrist loop, one press button., 15, EA; LI 014: Organizer backpack - Organize backpack with removable panels. With five detachable zippered pouches. To be used for storage: food, training tools, first aid material, etc. With velcro ID panels. 20" Height and 12" Wide and 5" Deep when closed. Color: camo (multicam)., 22, EA; LI 015: Silent whistle - Made of nickel-plated, brass whistle, almost inaudible to the human, the frequency is for a long distance., 15, EA; LI 016: Patrol harness - Patrol harness made of 2" mil-spec nylon. With quick release buckle, adjustable, identification strips and side panels. Size: M (76 - 100 lbs Girth around dog 31" - 35"). Color: Coyote, 15, EA; LI 017: Cooling Pad - 100% cotton with thermal lining. Size: 19" x 36", 15, EA; LI 018: Orthopedic dog bed - Fabric with PVC frame and heavy duty rubber. Size: 44" x 27" PVC Frame. Must include a warranty for chewing of corners., 10, EA; LI 019: Crate cushion - Made of heavy-duty pol shell, upper, industrial grade bottom, 1/2" close cell foam inside. Size: XL (32"L x 22"W x 0.5"H), 10, EA; LI 020: Bite suit - French Ring, gross texture, asbestos type. Size L (Chest 47", Waist 48", Inseam 28", Arm Length 25"). Color: Blue, 3, EA; LI 021: Tactical vest - Built from stiffened mesh nylon. Compatible with 5.11 SlickStick? and MOLLE vest pouches. Allows tactical kit customization. Hidden document pockets at the chest and Hidden grab handle. Girth and length adjustments for a perfect fit. Hydration Pocket at rear. High impact fastening clips. Color: Black. Size: Regular/Medium, 22, EA; LI 022: Reward training pouch - Rapid reward training pouch with a compartment and loads of features. Made of 600D nylon, magnetic opening. With grey interior lining. With a jackpot pocket with velcro closure (5.5"W x 3.25"H). Two side pockets, roomy front pocket with velcro closure. Belt clip and belt loops. D-ring attachments. Size is 5.75"W x 6.75"H x 2.75"D (open). Color: black, 22, EA; LI 023: Collapsible Dog Food Storage - With a collapsible design, for up to 35 pounds of dog food. Measures: 12" in diameter and 4" to 13" tall., 5, EA; LI 024: Canine thermal jacket - Water resistant, fleece lined nylon exterior. Built in D-ring to attach a leash. With tow reflective strips across the back, quick release buckle and insulated fleece belly pad., 15, EA; LI 025: Therapeutic leg wrap - Wrap made of weltex fabric with ceramic powder, three velcro trade straps, adjustable. To be use for injury recovery and prevention. Size: Medium: Width-6" Length-4-3/4", 10, EA; LI 026: Pelican case - With four polyurethanc wheels, easy open double throw latches, stainless steel hardware and padlock protectors, handles, o-ring seal. Interior dimensions measure 28.57" x 17.52" x 10.65" (72.5 x 44.5 x 27 cm)., 5, EA; LI 027: Professional grade platform - Full molded with no sharp edges. Made of 50% recycled materia, washable and waterproof. Measures: 24?x24?x12? high with legs. Can be used without legs for a 4? height., 2, EA; LI 028: 3 G-Hook Backpack Panels - 3 G-Hook Backpack Panel. 3 G-hooks across the top and two fastex buckle connections underneath fully securing packs. Measuring approx. 13" wide x 8" tall. Color: black, 10, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOS Embassy/Mexico City INL - Department of State 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. DOS Embassy/Mexico City INL - Department of State 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. Equipment Requirement New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority (best value to the government - see FAR 2.101) and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price, among others. Bidder shall specify PART #, MANUFACTURER, and extended specifications for all bids submitted. Failure to provide the specific brand/mfr, part#, and specs being quoted may result in a NON-COMPLIANT BID and REMOVAL from award consideration. Bid detail such as "equal", "exact match", etc is NOT sufficient. To have a bid considered for award for Brand Name or Equal & Meet or Exceed buys, all vendors must provide manufacturer, part number & extended specifications of the exact model being proposed for all line items. NO EXCEPTIONS. Failure to proactively provide this information in a way which clearly aligns to each of the required specifications will result in a "Non Responsive" bid and removal from award consideration. Seller certifies that it is an authorized distributer of the brand name product being offered to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). To properly assess offers, vendors MUST include documentation pertaining to specifications of the items being requested. This is included but not limited to: brand name/manufacturer, part numbers, and product description. Vendors that do not provide this information will be deemed technically unacceptable. Seller must provide packing list with each shipment describing, in adequate detail, items packaged in each individual box. 2 copies of the packing list. One attached to packaging; One attached to commercial invoice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/WHA/Mexico/PR5583028/listing.html)
 
Place of Performance
Address: Laredo, TX 78045
Zip Code: 78045
 
Record
SN04221468-W 20160814/160812234521-668090fce790a4d09680188e0bfebca2 (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.