Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2011 FBO #3523
MODIFICATION

65 -- Helicopter Medical Bag Sets, 61 Each

Notice Date
7/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
USPFO for Minnesota, Camp Ripley, 15000 Highway 115, Little Falls, MN 56345-4173
 
ZIP Code
56345-4173
 
Solicitation Number
W912LM11T0069
 
Response Due
8/5/2011
 
Archive Date
10/4/2011
 
Point of Contact
Colleen Moore, 320.616.2753
 
E-Mail Address
USPFO for Minnesota
(colleen.moore@mn.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Minnesota Army National Guard, through the United States Property & Fiscal Office for Minnesota, has a requirement for 61 sets of Helicopter Medical Bags. The Medical Bags are manufactured by Skedko, Inc, P/N: SK-11500 (NSN: 6545-01-538-6249) to consist of: 1 (One) Each Crew Chief Bag (SK-1151) and 2 (Two) Each Medic Bags (SK-1150) per Set. Dimensions of the Medic Bag are as follows: Closed the medic bag is 20' x 20' x 12', Opened and Hanging the medic bag is 20' x 40' x 6'. Dimensions of the Crew Chief/Medical Equipment Bag are as follows: 20' x 40' x 10'. Color: Black. CONSTRUCTION: CORDURA Nylon Fabric, 1000d. Type 13 Nylon Webbing. 138 or greater Bonded Polyester Thread. Bar Tack Reinforcement throughout. Aviation Grade, Adjustable and Fixed Snap Release Buckles, Heavy Duty Nylon Mesh Pockets in Medic's Bag. FEATURES: Crashworthy. USAARL Tested and Approved. Mounts securely in Military aircraft to Troop seat mounts (Fore and Aft). Must meet Mil-Spec Sewing Standards. Items will be delivered to Camp Ripley, Little Falls, MN 56345. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 5 July 2011. The associated North American Industry Classification (NAICS) Code for this procurement is 423450 with a small business size standard of 500 employees. All responsible sources may submit a quotation which shall be considered for award. Quotes must be received NO LATER THAN 12:00 AM CST on 5 August 2011 at the USPFO for Minnesota, Procurement Division, 15000 Highway 115, Camp Ripley, Little Falls, MN 56345-4173. Questions regarding this solicitation should be directed to Colleen Moore, 320.616.2753 or email colleen.m.moore@us.army.mil PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated in full text: FAR 52.211-6 - Brand Name or Equal; FAR 52.212-1 - Instructions to Offerors - Commercial Items; FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Offeror must submit a completed copy of this provision with its quotation to be considered. See https://orca.bpn.gov/ for the online submittal); 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. Within FAR 52.212-5 the following clauses apply: FAR 52.203-13 - Contractor Code of Business Ethics and Conduct; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.222-3 - Convict Labor; FAR 52.222-19 - Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-26 - Equal Opportunity; FAR 52.222-35 - Equal Opportunity for Veterans; FAR 52.222-36 - Affirmative Action for Workers with Disabilities; FAR 52.222-27 - Employment Reports on Veterans; and FAR 52.23233 - Payment by Electronic Funds Transfer-Central Contractor Registration. 52.214-21 Descriptive Literature. The following Defense Federal Acquisition Regulation Supplement (DFARS) Clauses apply to this solicitation and are incorporated by full text: DFARS 252.212-7000 - Offeror Representations and Certifications-Commercials Items and DFARS 252-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within DFARS 252.212-7001 the following clauses apply: FAR 52.203-3 - Gratuities; DFARS 252-203-7000 - Requirements Relating to Compensation of Former DoD Officials; DFARS 252-225-7001 - Buy American Act and Balance of Payments Program; DFARS 252.225-7036 - Buy American Act-Free Trade Agreement-Balance of Payments Program and DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. Full text of the clauses can be found at the following websites: http://farsite.hill.af.mil and www.acquisition.gov/far
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21/W912LM11T0069/listing.html)
 
Place of Performance
Address: USPFO for Minnesota Camp Ripley, 15000 Highway 115 Little Falls MN
Zip Code: 56345-4173
 
Record
SN02501285-W 20110718/110716233025-a1cc6a1a22177415b9aa30db1ced541d (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.