SOLICITATION NOTICE
65 -- MEDICAL SUPPLIES
- Notice Date
- 7/12/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 2430 S. Swan Road, Tucson, AZ 85711
- ZIP Code
- 85711
- Solicitation Number
- 20056780
- Response Due
- 7/13/2010
- Archive Date
- 1/9/2011
- Point of Contact
- Name: Tammie Crow, Title: Contract Specialist, Phone: 520 748 3266, Fax: 5207483148
- E-Mail Address
-
tammie.crow@dhs.gov;
- Small Business Set-Aside
- HUBZone
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 20056780 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-41. The associated North American Industrial Classification System (NAICS) code for this procurement is 446199 with a small business size standard of $7.00M. This requirement is a [ Total HUB-Zone ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-07-13 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Tucson, AZ 85711 The DHS Customs and Border Protection requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, 100 MPH DUCT TAPE (24 per CASE)Must be a minimum of 1.88 in widthMust be a minimum of 35 yards in lengtholive drab in color, 10, CS; LI 002, ANTISEPTIC HAND WASHHand sanitizerPersonal 2 oz sizeFlip top containerActive ingredient: Ethyl alcoholInactive: Vitamin E and Aloe, 700, EA; LI 003, ASHERMAN CHEST SEALClear circular design One-way valve Gauze pad included Strong adhesive Sterile Easy open package, 200, EA; LI 004, ASPIRINChewableOrange flavor81 milligram each36 count, 30, EA; LI 005, BIOHAZARD INFECTIOUS WASTE BAGS (50 per BOX)Size: 1 Gallon Color: red, 50, CAR; LI 006, BLS POCKET FIELD GUIDEPocket guides for Basic EMTs containing the following:Current AHA guidelinesPrescription drug listsMeds/airway/intubationBasic and Intermediate protocolsAnatomy signs and symptomsPoisons and overdose Spell CheckerMedical AbbreviationsMnemonicsChartingO2 administrationMulti patient triageGCS scaleBurn charts3x 5" guideshave color-coded tabswaterproofalcohol-fast, 200, EA; LI 007, INSECT REPELLANT4 oz bottleLotionEffective against mosquitoes, gnats, fleas, biting flies and chiggers, 750, EA; LI 008, ADULT CERVICAL COLLAR (ADJUSTABLE)Utilizes the finger sizing method and color coding system to provide optimal sizingLocks ensure selected sizes stay in placeAdjustment tracks ensure symmetrical alignment of sizeEasy access for pulse checks, advanced airway procedures, and visualization through oversized trachea holeRoom for large fingers to slide through the rear panel opening for cervical palpationDirections molded into collarReduces inventory costs and saves spaceRadiolucent, MRI and CT scan compatible, 240, EA; LI 009, COBAN SELF ADHESIVE WRAP 3"3 x 5 ydsSelf adhesive type that does not use pins, or clips., 1200, EA; LI 010, INSTANT COLD PACKS (24 per CASE)disposable, non-refrigerated, portable instant cold compress6x9, 110, CS; LI 011, ESOPHAGEAL/TRACHEAL DOUBLE-LUMEN AIRWAY KIT41 French2 syringesSuction catheterAspiration diverting elbowCompact roll-up kit, 150, EA; LI 012, DISPOSABLE SPINE BOARD STRAP (36 per CASE)2-piece5 foot disposable. Polypropylene. Loop endplastic buckle., 20, CS; LI 013, DISPOSABLE EMERGENCY STRETCHER500-lb load capacity minimum. 10 large hand holds Water resistant coated woven polyethylene Latex free. Stretcher size with handles is 35" x71 ", 180, EA; LI 014, EMERGENCY BLANKET2-oz. blanketmeasures 56" x 84". Metalized polyester or Mylar Color: Silver or Copper., 50, EA; LI 015, SIGNAL FLARES-EMERGENCY AERIAL (4 per PACK)Capable of signaling up to 450 feetUSCG approvedSelf-containedRed alert signals are bright, waterproof and floatBurn time of 6.9 seconds and illumination of 16,000 CPOrange storage bagHandheld, 200, PAC; LI 016, IV CATHETER (200 per CASE) 18G X 1.16Autoguard (shielded) with push button retractable needleLatex freeNotched needle, 1, CS; LI 017, IV CATHETER (200 per CASE) 20G X 1.16Autoguard (shielded) with push button retractable needleLatex freeNotched needle, 1, CS; LI 018, IV CATHETER (200 per CASE) 22G X 1.16Autoguard (shielded) with push button retractable needleLatex freeNotched needle, 1, CS; LI 019, IV SOLUTION, RINGERS LACTATE 1000CC (14 per CASE)IV solution in a viaflex bag1000 cc bagStandard spike port1 injection port, 60, CS; LI 020, IV SOLUTION, NORMAL SALINE.9% 1000CC (14 per CASE)IV solution in a viaflex bag1000 cc bagStandard spike port1 injection port, 130, CS; LI 021, IV SOLUTION SET SELECTABLE 10 DROPS/ML (48 per CASE)Three drip chamber sizes of 10, 15 and 60 gtts/ccTwo "Y" port connectionsInfusion Intervention Site., 9, CS; LI 022, IV START KIT (50 per CASE) to include at LEAST:One (1) 2-3/8 x 2-3/4 Tegaderm transparent dressingOne (1) Latex free tourniquetOne (1) 2 x 2 gauze dressingOne (1) roll transpore tape (36 x )One (1) alcohol prep padOne (1) povodine iodine prep swab or ampule, 30, CS; LI 023, LARGE EXAMINATION GLOVES (100 per BOX)Nitrile, latex freeThickness; cuff: 4.3 mils, fingers: 7.9 mils, palm: 5.5 mils.Length: 9.6, 165, CAR; LI 024, MEDIUM EXAMINATION GLOVES (100 per BOX)Nitrile, latex freeThickness; cuff: 4.3 mils, fingers: 7.9 mils, palm: 5.5 mils.Length: 9.6, 75, CAR; LI 025, EXTRA LARGE EXAMINATION GLOVES (100 per BOX)Nitrile, latex freeThickness; cuff: 4.3 mils, fingers: 7.9 mils, palm: 5.5 mils.Length: 9.6, 20, CAR; LI 026, NASOPHARYNGEAL AIRWAYS KITRobertazi style nasal airway kitsix airways (22FR 32FR) lubricating jelly, 70, EA; LI 027, OROPHARYNGEAL AIRWAYS KIT Berman styleOral airway kitSizes 1-5, 170, EA; LI 028, SUNSCREEN Size: 2 oz dispenser Industrial Strength Sunscreen SPF 30+ or higherManufactured with Natural Zinc Oxide Ultra High UVA Protection. Natural Insect Repellent, Greaseless, Vitamins A,D&E, 1500, EA; LI 029, NYLON BRAID DISPOSABLE HAND RESTRAINTS-TUFF TIES (50 per PACK)Cord Tensile Strength: Over 800 Lbs. Cord Material: Flat Diamond Braided Nylon Locking Block Material: Reinforced Polycarbonate Assembly Weight: Only 8 grams (Approximately 1/4 oz.) Loop Circumference: Hand Restraint: 12.5" each side,Black in color, 200, PAC; LI 030, AED FR2+ DEFIBRILLATOR (WITH ECG)Philips HeartStart FR2+ w/ECG Waveform Display. Includes: 2 Sets Adult Electrodes, Long-Life Battery Pack, Instruction Manual, Quick Reference Card, Tray for Data Card, Data card5 Year Warranty, 15, EA; LI 031, BASKET STRETCHERStainless steel in constructionNetting insert with back supportRectangular shape with tapered endsSplit a part design stratload attachment points for litter bridle attachmentWidth: 22.9 inchesLength: 83 inchesLoad capacity: 2,500 lbsWeight: no greater than 36 lbs, 12, EA; LI 032, FOLDING SPINE BOARDFolding plastic backboard Minimal deflection at weights in excess of 500 lbsconstructed with stainless steel mechanical pivotinternal aluminum runnersRoto-moldedHDPE shell Subtle surface texture to prevent slippage Twelve oversized hand-holds each measuring 2 x 6 10- two inch long reflective strips, 9, EA; LI 033, OXYGEN TANK Aluminum D size oxygen cylinder Post valve with toggleIndustry standard posts, 15, EA; LI 034, OXYGEN TANK REGULATOR Aluminum body4.4 long 10 oz.Impact resistant gauge with protector11 click flow adjuster from.5-15 lpmUnibody yokeCGA 870 connection, 100, EA; LI 035, FINGER PULSE OXIMETEREasy-to-use one button keypad Easy-to-read, large LED display Runs on standard AAA batteries Auto power shutdown after 8 seconds Low battery indicator High-impact polycarbonate shell Rugged design for high durability Proven Accuracy Included lanyard and carry case, 110, EA; LI 036, BLOOD PRESSURE CUFF KITBlood pressure kit to include 5 cuff sizes in a black or blue nylon zippered case.Cuff sizes: infant, child, adult, large adult, and thigh Palm style manometer, 100, EA; LI 037, STETHOSCOPE KIT, LITTMAN CLASSIC II28 inch (71,1cm), Stethoscope, Black Tube a two-sided chestpiece, high acoustic sensitivitytunable diaphragm on one side traditional bell function on the oppositesingle lumen tubing, 85, EA; LI 038, MANUAL SUCTION UNIT- RES Q VAC KITTrigger operated pump7 ounces with canister Provides more than 500mmHg of vacuum Shorter stroke allows for less hand fatigue Canister biohazard labeling system Compact size fits easily into emergency kits Provides Body substance Isolation Meets CDCs SARS guidelines and OSHA Law Safeguards User from Chemical & Biological AgentsCatheters from 8FR to 28FR Soft, 30, EA; LI 039, TOURNIQUET (CAT STYLE)Small and lightweight one-handed tourniquet that completely occludes arterial blood flow in an extremitySelf-Adhering Band and a Friction Adaptor Buckle to fit a wide range of extremities combined with a one-handed windlass systemfree moving internal band windlass to provide true circumferential pressure to an extremity. Windlass Clip to lock in placeA Hook-and-Loop Windlass Strap for further securing of the windlass during patient transport., 190, EA; LI 040, OPTIMUM TRACTION SPLINTCompact, lightweight traction device Tent pole expandable design Included boot hitchNo need for patient roll-over or unnecessary leg raising No ischial bar, thus eliminating problems of needless pressure Anti-shock trousers can be quickly and easily applied over the device Can be mounted on the ambulance wall for easy access. 9-1/2" X 3-1/2" when stored and weighs less than 20 ounces. Black in color, 67, EA; LI 041, EMT BAGMade from Ballistics nylon and Cordura.Measures 9 x 13 x 25Weight 4.2 lbsBackpack suspension system that folds away when the pack is used as a duffel bag.Volume: 2,900 cubic inchesMust carry 1 D O-2 tankBlack or blue in color, 25, EA; LI 042, EMT BAG FILL KIT (SEE ATTACHED LIST), 25, 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, DHS Customs and Border Protection 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. 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. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. Q: Do you have a brand name or similar for the EMT bag itself? A: No brand name was provided by the end-user. Q: On the bee sting kit - are you looking for a stinger removal kit or rather the 'EPIPEN" auto injector? A: The end-user is looking for a stinger removal kit. Q: On the stethoscope - you have listed a brand that does not hold up in the field, will you accept the next level better stethoscope - the Classic II as a substitute?A: The Littman Classic II was listed as the preferred stethoscope. Q: Line item 15 - is the burn time only 6.9 seconds for the flare as referenced? Do you have a brand name?A: No brand name was provided by the end-user. Q: Line item 31 - do you have a brand name for the break away stretcher as you provided exact dimensions?A: No brand name was provided by the end-user. Q: Line item 32 'spineboard' - do you have a brand name as the size you have provided suggests a specific brand?A: No brand name was provided by the end-user. Q: Line item 40: OPTIMUM TRACTION SPLINT - do you have a brand name?A: No brand name was provided by the end-user. This solicitation is being reposted to clarify questions from a vendor. It is not anticipated that this buy will be extended further as the buy is time sensitive. The end user tried not to provide brand names on most items but instead listed the salient characteristics of the products. These salient characteristics were obtained from their market research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20056780/listing.html)
- Place of Performance
- Address: Tucson, AZ 85711
- Zip Code: 85711-6565
- Zip Code: 85711-6565
- Record
- SN02202644-W 20100714/100712234751-0467dcfd38bb474420d8cd1f1f725d8c (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 |