Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

99 -- Combat Life Saver Supplies

Notice Date
6/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
USPFO for Montana, P.O. Box 4789, Helena, MT 59604-4789
 
ZIP Code
59604-4789
 
Solicitation Number
W9124V10T4016
 
Response Due
6/21/2010
 
Archive Date
8/20/2010
 
Point of Contact
Brad Willcockson, 4063243407
 
E-Mail Address
USPFO for Montana
(brad.willcockson@us.army.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; proposals are being requested and a written solicitation will not be issued. MONTANA ARMY NATIONAL GUARD Combined Synopsis/Solicitation W9124V-10-T-4016 REQUEST FOR QUOTE FOR: Medic School Supplies This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are hereby requested and a written solicitation will not be issued. The NAICS code is 621999 and the size standard for consideration as a small business is less than 10,000,000 in annual revenue. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26, Effective 1 June 2008 & Class Deviation 2005-00001. Proposers shall quote a firm fixed price for all items listed in this solicitation FOB Destination to Fort Harrison, Montana, 59636. Synopsis: The Montana Army National Guard (MTARNG) anticipates purchasing from a single vendor the following medical supplies. Statement of Work: School supplies and equipment will consist of the following : Line ItemNSNDescriptionNSN UIQTY 1Adhesive Surgical Cloth Tape (3 inch x 10 yards)Pg 12 rolls7 2Adhesive Surgical Cloth Tape (1 inch x 10 yards)pg 24 rolls5 3Adhesive Surgical Cloth Tape (2 inch x 10 yards)pg 12 rolls5 46510-01-492-2275Bandage Kit, Elastic (Emergency Trauma Dressing / Isreali) 6Box of 1001 56510-01-532-6656Bandage Kit, Elastic Abdominal Wound F/Trauma KitBox of 502 66510-00-935-5823Bandage, Elastic 6 x 4.5 yards (ACE WRAP)pg 10 per25 76510-00-058-3047Bandage, Gauze 4.5 x 4 yards Kerlix 6-plypg 100 per13 86510-01-503-2117Bandage, Gauze Cotton 6-ply White (4.5x4.1 yards compressed Kerlix)pg 10 ea10 10Bandage, Triangular, Camovat digital camoea100 11Battery Nonrechargable 1.5 volt cyclindrical AA 12Spg 8 per3 126135-00-835-7210Battery Nonrechargable 1.5 volt cyclindrical D 12Spg 4 per6 13BLACKHAWK! Fast Attack Tactical Litterea2 146532-01-524-6932Blanket Survival Blizzard Pack Reflexcell Military Greenea25 157210-00-715-7985Blanket, Bedea4 167210-00-935-6666Blanket. Casualty 56 x 96 Plastic Greenea47 176632-01-525-4062Blanket, Heating Disposable 90cm x 90cm Water Repellentpg 8 per6 186530-01-504-9056Carrier, Litter No. 2ea3 19Catheter, intravenous (20 ga x 1.25)pg 50 per16 206530-01-451-2958Container, SHARPSeach48 216510-01-573-0300Dressing Chest Wound Seal Pack (H&H Wound Seal Kit) Each'sea25 226510-00-201-7425Dressing First Aid Field Camouflaged 11.5 x 12W 11.5-12 LG ABSea100 236510-01-135-4267Dressing, Occlusive Adhesive (Tegaderm) 4 x 4.75pg 100 per5 246515-01-521-7505Gloves, exam Large Light olive Drab powder Free, Nitrilepg 50 per30 256515-01-521-7501Gloves, exam Medium Light olive Drab powder Free, Nitrilepg per 5030 266515-01-521-7498Gloves, exam Small Light Olive Drab, powder free nitrilepg per 5030 276515-01-521-7508Gloves, exam XL Light Olive Drab, powder free nitrilepg per 5030 286515-01-540-7226Leash Shears Trauma Black High Break Strengthea25 297520-00-312-6124Market Tu Type Fine Tip Black Permanent No Odor Dries Instantly (Sharpie)5 pck29 306515-01-529-1187Nasal Trumpet 28 fr Sterile (NARP with lubricant)Pack of 911 316530-01-119-0015Pad, Bed Lining Protective 17.5 x 24 (CHUX)Pg 300 ea3 326510-00-786-3736Pad, Isopropyl AlcoholPg 200 per10 337520-00-935-7135Pen, Ball Pointdz12 346515-01-449-1016Shield Eye Surgical Fox Single natural AluminumPg 12 per10 356515-01-494-1951Splint, Universal Gray and Olive Drab (SAM)ea48 364240-01-568-3219Strap Cutter, Combatea5 376515-01-521-7976Tourniquet, Combat Application, One-Handedea100 386910-01-567-9738Trainer, Quickclot Combat Gauzeea100 Quote Submission: To be considered responsive, quotes shall include, at a minimum: A.A firm fixed price for all items listed above in the Statement of Work (SOW). B.A pricing break-down schedule for all items in SOW with unit prices, quantities, and extended prices. C.An exception list clearly disclosing any requirements the proposer cannot fulfill. D.A proposed time schedule for completed delivery of all items. All questions and/or requests for additional information shall be directed exclusively to the Contracting Officer, Major Brad Willcockson, at brad.willcockson@us.army.mil. Proposers shall not communicate with other members of the Montana Army National Guard, or its business associates, for the purpose of obtaining information about this requirement. Contract financing (advance payment) is not authorized for this contract. Contractor will be paid once completion and acceptance of work has occurred. The deadline for submitting quotes is 0900 hours on 21 June 2010, Mountain Standard Time. Offers must be received on time to be considered responsive. The provision of 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (April 2002) applies to this RFQ. 52.212-3 Alt I clause needs to be completed and a signed copy of this provision shall be submitted with any offer. 52.212-2, Evaluation-- Commercial Items (January 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will represent the best value to the Government. The best value determination will be made by evaluating the contractors offer based the evaluation criteria shown in Appendix F. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.203-3 Gratuities APR 1984 52.203-6 ALT 1 Restrictions on Subcontractor Sales to the Government OCT 1995 52.204-4 Printed on Copied-Double Sided on Recycled Paper AUG 2000 52.204-7 Central Contractor Registration APR 2008 52.211-6 Name Brand or Equal 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-2 EvaluationCommercial Items JAN 1998 52.212-3 ALT I Offeror Representations and Certifications--Commercial Items APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JUN 2008 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JUL 2005 52.219-8 Utilization of Small Business Concerns MAY 2004 52.219-28 Post-Award Small Business Program Representation JUN 2007 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans SEP 2006 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.222-50 Combating Trafficking in Persons AUG 2007 52.223-5 Pollution Prevention and Right to Know Information AUG 2003 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 InsuranceWork on a Government Installation JAN 1997 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated by Reference FEB 1998 252.201-7000 Contracting Officers Representative AUG 1992 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications Commercial Items 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7012 Preference for Certain Domestic Commodities MAR 2008 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 Prospective offerors may visit the website at http://farsite.hill.af.mil/ for the provisions and clauses needed for this synopsis/solicitation. Complete descriptions of the provisions and clauses referenced in this synopsis/solicitation may be viewed on the internet at http://farsite.hill.af.mil. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the Government with price, equivalency to requested items, and usefulness of proposed items considered. If equivalency to requested items, and usefulness of proposed items are found to be equivalent, price will be the determining factor. This solicitation is for brand name or equal items. Offers may be submitted by e-mail to: brad.willcockson@us.army.mil. Offerors must quote all prices FFP (Firm Fixed Price) FOB Destination and state whether prices are Open Market or GSA. If you have any questions, please e-mail MAJ Brad Willcockson, Contracting Officer by e-mail at brad.willcockson@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24/W9124V10T4016/listing.html)
 
Place of Performance
Address: USPFO for Montana P.O. Box 4789, Helena MT
Zip Code: 59604-4789
 
Record
SN02182425-W 20100620/100618235114-91d2dc436379e6300316408e1f288c4c (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.