SOLICITATION NOTICE
65 -- MEDICAL SUPPLIES
- Notice Date
- 9/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- USPFO for New Jersey, 3601 Technology Drive, Room 112, Ft Dix, NJ 08640
- ZIP Code
- 08640
- Solicitation Number
- W912KN-10-T-0038
- Response Due
- 9/17/2010
- Archive Date
- 11/16/2010
- Point of Contact
- Lewis Ayers, 609 562-0227
- E-Mail Address
-
USPFO for New Jersey
(lewis.ayers@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. 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 423450 with a small business size standard of 100 employees. This requirement is a Total Small Business set-aside and only qualified offerors may submit bids. This solicitation will start on the date this solicitation is posted and will end on 2010-09-17 16:00:00.0 Eastern Time. FOB Destination shall be Sea Girt, NJ 08750 The 254th Regiment School House requires the following items, Purchase Description Determined by Line Item, to the following: 0001 100 Box ALCOHOL PREP PADS 0002 48 Each NASOPHARYNGEAL AIRWAY SET: 20, 22, 24, 26, 28, 30FR 0003 20 Each EXTRICATION COLLAR; MULTI HEIGHT ADJUSTMENT 0004 6 Each OXYGEN REGULATOR BRASS 1DISS 1 BARB 0-25 L 0005 50 Each SAM SPLINT 36 INCH 0006 5 Case SPUR II PEDIATRIC BVM W/ TODDLER MASK 0007 10 Pair OB KIT POLY BAGGED W/UMBILICAL SCISSORS 0008 3 Each IMACT SUCTION MODEL #305 W/HARD CARRY CASE 0009 10 Case ATROPEN TRAINER 25/CS 0010 1 Each MANIKEN OBSTETRICAL MANIKEN 180 WITH CARRY BAG 0011 100 Box CATHETER INTRAVENOUS 14Gx3.25 0012 48 Case AIRWAY SZ 4 SUPRAGLOTHIC AIRWAY KIT, KING LTS-D, RED SIZE 4 ADULT 0013 48 Case AIRWAY SZ 5 SUPRAGLOTHIC AIRWAY KIT, KING LTS-D, PURPLLE SIZE 5 ADULT 0014 48 Case AIRWAY SZ 3 SUPRAGLOTHIC AIRWAYKIT, KING LTS-D, YELLOW SIZE 3 ADULT 0015 100 Case BANDAGE EMERGENCY, OLIVE DRAB, 6 IN ISREALI BANDAGE 0016 10 Each TEACHING STETHOSCOPE DUAL EAR 0017 2 Each STRYKER MX PRO 6082 COT W/LT HND RELEASE 0018 12 Each OXYGEN BAG BTM CLAM SHELL, COLOR ACU 0019 100 Each NAR COMBAT APPLICATION TOURNIQUET (C-A-T) TACTICAL BLACK, ITEM #30-0001 OR EQUAL 0020 5 Each TACTICAL TRACTION SPLINT (TTS) - DUC PART # 50-0034 OR EQUAL 0021 5 Each NAR HYPOTHERMIIA PREVENTION AND MANAGEMENT KIT (HPMK) PART # 80-0027 OR EQUAL 0022 10 Each EMI DIIS PENLIGHT #210 6/PK OR EQUAL 0023 20 Each BLOOD PRESSURE CUFF STANDARD 0024 24 Box BURN GEL BURNFREE, PAIN RELIEVING OR EQUAL 0025 10 Case TEGADERM TRANSPARENT DRESSING,6 IN X 8 IN OR EQUAL 0026 48 Case DEFENDER T EXAM GLOVES PART # DFR12-1t OR EQUAL 0027 48 Case DEFENDER T EXAM GLOVE PART # DFR12-2t OR EQUAL 0028 48 Case DEFENDER T EXAM GLOVE PART # DFR12-3t OR EQUAL 0029 10Case DEFENDER T EXAM GLOVE PART # DFR12-4t OR EQUAL 0030 5 Case RESPIRATOR N95 REGULAR SIZE 0031 48 Box GOWN IMPERVIOUS UNIVERSAL LATEX-FREE SIZE LARGE OR EQUAL 0032 48 Box FORCEPTS SPLINTER 4.5 INCH 0033 25 Box FORCEPTS MAGILL INTUBATING CHILD 8 INCH 0034 25 Box FORCEPTS MAGILL INTUBATING ADULT 9.75 INCH 0035 48 Each HEMOSTATS KELLY FORCEPS STRAIGHT 5.5 INCH 0036 48 Each HEMOSTATS KELLY FORCEPS CURVED 5.5 INCH 0037 10 Each BLOOD TUBE HOLDER 10/BG 0042 20 Each SIMULAIDS TENSION PNEUMOMANIKIN REPLACEMENT SKIN PART # 1801 0043 48 Each COMBITUBE AIRWAY INTUBATION TRAINING WITH DOUBLE THICK CUFF 0044 10 Each BECTON DICKKSON HEIMLICH CHEST DRAIN VALVE 373460 OR EQUAL 0045 20 Case PAIN RELIEVER ADVIL 2 PK 50 PK/BOX 0046 10 Case PAIN RELIEVER TYLENOL EXTRA STRENGTH 500MG 2/PK 50PK/BX 0047 10 Case IMODIUM AD CAPLETS 2MG 12/BOX 0048 10 Case BENADRYL 25 MG 2/PK 0049 10 Case FIRST AID SPRAY 4 OZ 0050 10 Case TRIPLE ANTIBIOTIC OINNTMENT 0.9GM 25/BOX 0051 10 Case HYDROCORTISONE CREAM 1% 1 OZ. 25/BOX 0052 10 Case CLOTRIMAZOLE CREAM 1% 1 OZ (28GM) 0053 100 Each CATHETER INTRAVENOUS WINGED 18 GAUGE X 1 1/4 IN JELCO OR EQUAL 0054 100 Each CATHETER INTRAVENOUS WINGED 20 GAUGE X 1 1/2 IN JELCO OR EQUAL 0055 50 Pack (PAK) SODIUM CHLORIDE 0.9% 10 ML SDV 2112 25 EACH PK 0056 20 Pack (PAK) SODIUM CHLORIDE 0.9% IRRIGATION 500ML 16/CASE ***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 email at lewis.ayers@us.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include individual pricing for all required line items in order to be considered for award. If a line item cannot be separately priced, you must notify the buyer 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 in writing via email to lewis.ayers@us.army.mil. 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. 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 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. The government reserves the right to either make a single award or multiple awards depending on what is most economical. Contracting Office Address: U.S. Property & Fiscal Office, NJ 3601 Technology Drive Fort Dix, NJ 08640 Place of Performance: 254th Regt Sea Girt, NJ 08750 US Point of Contact(s): Name: Lew Ayers, Title: Procurement Technician, Phone: 609 562-0227, Fax: 609 562-0229, Email: lewis.ayers@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28/W912KN-10-T-0038/listing.html)
- Place of Performance
- Address: USPFO for New Jersey 3601 Technology Drive, Room 112, Ft Dix NJ
- Zip Code: 08640
- Zip Code: 08640
- Record
- SN02279060-W 20100915/100913235214-7d83359a229a63615b613af337e8c7b2 (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 |