Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2016 FBO #5200
SOLICITATION NOTICE

65 -- Medical Supplies

Notice Date
2/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
NKC, Kabul, 09320
 
ZIP Code
09320
 
Solicitation Number
W56SGK-16-T-MoDG
 
Response Due
2/22/2016
 
Archive Date
8/20/2016
 
Point of Contact
Name: Casie Ford, Title: Contract Specialist, Phone: 3184494778, Fax:
 
E-Mail Address
casie.c.ford@afghan.swa.army.mil;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W56SGK-16-T-MoDG 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 2005-86. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 500.00 employees.This requirement is unrestricted 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 2016-02-22 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Kabul AFG, null null The 408th CSB SWA Afghanistan requires the following items, Meet or Exceed, to the following: LI 001: HOSPITAL BED SHEET SHEET,BED,70 X 108 INCH,50/50 POLY/COTTON BLEND,FLAT WHITE, 40, EA; LI 002: PATIENT PILLOW PILLOW BED POLYESTER FIBER NON-ALLERGENIC 20X26 INCHES WHITE, 10, EA; LI 003: SURGICAL GOWN "PREFERABLY 100% COTTON ? DISPOSABLE/REUSABLE ? NON-WOVEN (DISPOSABLE, STERILIZED)/WOVEN (REUSABLE, NON-STERILIZED) WHITE ? NECK TO MID-CALF PROTECTION ? SIZE: SMALL, MEDIUM AND LARGE ? LIGHTWEIGHT ? EFFECTIVE PROTECTION ? LONG ELASTIC CUFFS WITH A CLOSE FRONT ? FLUID REPELLENT FABRIC ", 40, EA; LI 004: SPHYGMOMANOMETER "? CUFF WITH VELCRO FASTENING, ENABLING TIGHT ADJUSTMENT AROUND THE ARM ? CUFF SHOULD BE WASHABLE, STRONG AND REINFORCED AT THE END ? ADULT SIZE: CUFF: LENGTH: 57 EM, WIDTH: 14.5 EM INFLATABLE BAG: LENGTH: 22 EM, WIDTH: 10 EM ? BAG, INFLATABLE BY MEANS OF A SINGLE TUBE, LENGTH: 60 EM (FLEXIBLE AND RELIABLE QUICK CONNECTOR). ? INFLATION BULB WITH NEEDLE GAUGE. DIAL GRADUATED UP TO 300 MM HG, WITH PRESSURE RELEASE VALVE ? ACCURACY OF MEASUREMENT ? 2MM", 10, EA; LI 005: SERUM STAND (Irrigation Stand/Tower) Stand: 12-3/4"W x 12-3/4D x 77-3/4"H Base: 3-12/"W x 26-3/4D x 28-3/4"H MANUAL HEIGHT ADJUSTMENT Silver, 10, EA; LI 006: EXAM TABLE "400 LB PATIENT WEIGHT CAPACITY DIMENSIONS: 27"" W X 74"" L X 31"" H PAPER ROLLHOLDER: 21" GRAY, 7, EA; LI 007: MEDICAL FREEZER (Vaccine) "INTERIOR HEIGHT (IN)(CM): 53 (134) INTERIOR WIDTH (IN)(CM): 36.8 (93) INTERIOR DEPTH (IN)(CM): 24.3 (61) OVERALL HEIGHT (IN)(CM): 77.8 (197) OVERALL WIDTH (IN)(CM): 48.2 (122) OVERALL DEPTH (IN)(CM): 36.1 (91) FREE STANDING INTEGRAL TEMPERATURE DATA LOGGING HIGH TEMPERATURE ALARM LOW TEMPERATURE ALARM DOOR OPEN ALARM POWER FAIL ALARM SHELVES: 5" Gray, 2, EA; LI 008: HOSPITAL PATIENT BLANKET "OPEN SIZE: 34?X60? (86CM X 152CM) MEDICAL GRADE NON-WOVEN MATERIAL, 40, EA; LI 009: STETHOSCOPE "? SINGLE CHESTPIECE, WITH 43 MM DIAPHRAGM FOR ADULT MODEL ? Y TUBE WITH LARGE DIAMETER: 10 MM ? ARMS WITH SPRING TREATED TO GIVE CONSTANT SPRINGINESS AND MAXIMUM RELIABILITY AND COMFORT ? SCREW-ON CHANGEABLE EARPIECES ? SUPPLIED WITH A SPARE DIAPHRAGM AND EARPIECES ? CHESTPIECE: ALUMINIUM ALLOY. HIGH-RESOLUTION DIAPHRAGM IN EPOXY GLASS ? Y TUBE: TREATED RUBBER (VINYL) ? ARMS/SPRING: STAINLESS STEEL ? EARPIECES: PLASTIC ? SENSITIVITY: 3.8 DB IN A RANGE OF 50 TO 500 HZ ", 10, EA; LI 010: DIGITAL SPHYGMOMANOMETER "?HANDCUFF IS SUITABLE FOR WRISTS FROM 135 TO 195MMCIRCUMFERENCE. ?THE DATE AND TIME ARE DISPLAYED AND STORED TOGETHER WITH EVERYBLOOD PRESSURE VALUE ?DIGITAL LCD DISPLAY ?MEASUREMENT: OSCILLOMETRIC METHOD ?PRESSURE DISPLAY RANGE: 0 TO 299MMHG ?MEASUREMENT RANGE:?PRESSURE: 30 TO 280 MMHG ?PULSE RATE: 40 TO 199 BEATS/MINUTE ?ACCURACY:?PRESSURE: WITHIN ?5MMHG ?PULSE RATE: WITHIN ? 5% OF READING ?OPERATING TEMPERATURE: 10 TO 40?C/15 TO 85% RH ?STORAGE TEMPERATURE: -10 TO 50?C/10 TO 93% RH ?INFLATION: AUTOMATIC INFLATION WITH PUMPING ?AIR RELEASE: AUTOMATIC RAPID AIR RELEASE ?PRESSURE/PULSE DETECTION: ELECTROSTATIC CAPACITY PRESSURESENSOR ?SIZE (H X W X D): 136 X 131.5 X 68.5MM" WHITE/GRAY, 5, EA; LI 011: VITAL SIGN MONITOR "NONINVASIVE BLOOD PRESSURE (NIBP): Cuff Pressure Range: 0 to 300 mmHg Initial Cuff Inflation: 160 mmHg (adjustable) Systolic Range: 60 to 250 mmHg Diastolic Range: 30 to 160 mmHg Mean Arterial: 40 to 190 mmHg Blood Pressure Accuracy: Blood pressure meets or exceeds SP10:1992 AAMI standards Blood Pressure: 20-45 seconds typical DETERMINATION TIME: Overpressure Cutoff: 315 mmHg ? 15 mmHg Pulse Rate Range: 40 to 200 bpm (using BP determination) Pulse Rate Accuracy: ? 5% (using BP determination) TEMPERATURE: Measurement Range: 86 ?F to 109.4 ?F (30 ?C to 43 ?C) Calibration Accuracy: ? 0.2 ?F (? 0.1 ?C) (Monitor Mode) DETERMINATION TIME: Oral?Approximately 4 seconds Axillary?Approximately 10 seconds Rectal?Approximately 15 seconds PROBE: Oral/Axillary?Blue cap Rectal?Red cap SpO2: Performance 70% to 100% MEASUREMENT RANGE: Pulse Rate Range 25 to 240 bpm SpO2 ACCURACY: Masimo: ? 2 digits Nellcor: ? 3 digits PULSE RATE ACCURACY: Masimo: ? 3 digits Nellcor: ? 3 digits MECHANICAL: Height: 9.7 in (24.6 cm) Length: 5.7 in (14.5 cm) Depth: 4.7 in (12.0 cm) Weight: Approximately 4.6 lbs (2.1 kg) ELECTRICAL: AC Power Supply: 7.2 V DC at 1.0 A Rechargeable sealed lead acid internal battery Battery Recharge Time: 90% to 100% after 12 hours Mobile Stand with Basket WHITE/GRAY, 2, EA; LI 012: AMBULANCE STRETCHER "* TRIGGER GUARDS ON FRONT AND REAR LEG RELEASE HANDLES - SMOOTH AND CLEAN SIDE RAIL DESIGN - INTEGRAL PATIENT GRAB RAILS - REDUCED LENGTH FOR CONFINED SPACE - 20G HARNESS - TRENDELENBURG FOR RAISED PATIENT LEGS - HALF HEIGHT MECHANISM - LOCK ON STRETCHER SYSTEM - FULLY SEALED AND CONTOURED MATTRESS WITH MULTI DENSITY CUSHIONING - STAINLESS STEEL RUNNING GEAR - LIGHTWEIGHT UPPER CONSTRUCTION FOR MINIMAL WEIGHT - SWING OUT HEAD EXTENSION - MAXIMUM LOAD OF 272 KG (600 LB) - SYSTEM 4 LARGE WHEELS (2 WITH BRAKE), ROTATED 360 ? - ADJUSTABLE UP AND DOWN IN TERMS OF 43-95 CM, - INFINITELY ADJUSTABLE BACKREST - FOLDING AND ADJUSTABLE RACK TO DRIP IN THE RANGE 50 CM - STRETCHER: LAIR: 45 X 181 X 11 CM, TOTAL: 59 X 205 CM, MAXIMUM HEIGHT: 165 CM", 2, EA; LI 013: ENT. EXAM SET "*OTOSCOPE SET WITH HANDLE, OTOSCOPE HEAD, A 2MM SPECULUM, A 3MM SPECULUM AND A 4MM SPECULUM *EXPANDABLE NASAL SPECULUM, A BENT ARM TRANS-ILLUMINATOR WITH A TONGUE BLADE HOLDER, TONGUE BLADE, AND 2 ATTACHABLE #3 AND #4 LARYNGEAL MIRRORS *COMPLETE SET OF LENS FROM -25 TO +40 DIOPTERS *DISPOSABLE SPECULA ATTACHMENT", 2, EA; LI 014: COLD BOX (Vaccines) "?KEEPS 2-8'C UNDER AMBIENT 32'C ?1.5 L CAPACITY, PORTABLE, 3.5KG ?LCD TEMP DISPLAY, INTERCHANGEABLE BETWEEN 'C AND 'F ?ANTIFREEZE, THERMOELECTRIC COOLING ?BATTERY WORKING TIME 16 HOURS AND 6~8 HOURS UNDER 35'C ?BATTERY IS INTERCHANGEABLE AND RECHARGEABLE ?ENERGY SAVING W/ALARM ?REFRIGERATION SPACE: 240*170*195mm WHITE/GRAY, 1, EA; LI 015: AUTOCLAVE/WATER BAT "Chamber Dimensions: 15 x 30 in (384 x 760 mm) Chamber Volume: 22gal / 85L Overall Dimensions: 34.5 x 26 x 20.6 in (875 x 665 x 525 mm) LxWxH Standard Cassette Capacity: 15 full Tray Dimensions: 26.6 x 13.8 in x 1 (675 x 350 x 25 mm) LxW Standard Cycle Time Unwrapped: Cold: 32 min; Hot: 23 min Voltage: 230V Frequency: 50 / 60 hz Manually operated Dual safety thermostat to protect against overheating Emergency shutoff in case of overheating or low water Double safety locking device prevents door from opening while chamber is pressurized Automatic shut off at the end of both the sterilization and dry cycles Panel with pressure gauge, timer, thermostat, and function selector Quiet and discreet operation Heat insulation keeps surrounding area comfortable 316L, electro-polished stainless steel chamber and door Drain valve located in the front, allowing for quick and easy draining of water reservoir International certifications 3 trays Includes 3-shelf floor stand GRAY, 1, EA; LI 016: HOSPITAL CRASH CART MEDICAL TROLLEY "1. ABS TROLLEY BODY 2. PLASTIC-STEEL COLUMNS 3. ONE PUSH HANDLE 4. THE UTILITY CARTS HAVE TWO SHELVES OF RECTANGLE 5. FOUR CASTERS WITH TWO HAVING BRAKE INSTALLED 6. SIZE: 539*366*900MM(L*W*H) GRAY, 5, EA; LI 017: LARGE TROMMEL "FOR STERILIZATION OF GAUGES, DRESSING COTTON, GLOVES, SURGICAL INSTRUMENTS USED IN OPERATION THEATRES AND EMERGENCY WARDS SIZE (WXDXH): 32 X 24 CM WEIGHT: 1-6 KG " STAINLESS STEEL, 4, EA; LI 018: SMALL TROMMEL "FOR STERILIZATION OF GAUGES, DRESSING COTTON, GLOVES, SURGICAL INSTRUMENTS USED IN OPERATION THEATRES AND EMERGENCY WARDS SIZE (WXDXH): 19 X 19 CM WEIGHT: 1-6 KG" STAINLESS STEEL, 4, 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, 408th CSB SWA Afghanistan 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. 408th CSB SWA Afghanistan 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. iRAPT (INVOICE, RECEIPT, ACCEPTANCE and PROPERTY TRANSFER) formerly WAWF DFARS Clause 252.232-7003, Electronic Submission of Payment Invoices Please visit the links below for more on iRAPT: Information regarding iRAPT can be found at https://wawf.eb.mil The iRAPT training site is accessible at http://www.wawftraining.com The following information is provided to help streamline the payment process: a. Invoices shall be submitted as selected below: After final delivery b. The Contractor shall submit using the following iRAPT document format: Invoice as a 2-in-1 c. The following codes are required to properly route your invoices and/or receiving reports through WAWF- RA: Vendor CAGE Code: Issue By DoDAAC: W56SGK Admin DoDAAC: W56SGK Inspect By DoDAAC: W9016N Service Acceptor DoDAAC: W9016N Payment DoDAAC: HQ0707 d. When creating invoices and / or receiving reports, the Contractor should select the ?additional E- mail notifications link and enter the e-mail address shown below. The government will advise the Contractor of any changes to email addresses by email vs. contract modification. Upon receipt of changes, the Contractor shall include the new email notifications when creating invoices and/or receiving reports. RCC-QA Group E-mail Address: COR/Inspector/Acceptor: Contract Specialist/Contracting Officer: (a) Except as stated in paragraph (b) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (1) Any such clause is unenforceable against the Government. (2) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an ?I agree? click box or other comparable mechanism (e.g., ?click-wrap? or ?browse-wrap? agreements), execution does not bind the Government or any Government authorized end user to such clause. (3) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (b) Paragraph (a) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulation and procedures. (a) Definitions. As used in this provision? ?Data Universal Numbering System (DUNS) number? means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. ?Data Universal Numbering System+4 (DUNS+4) number? means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. ?Registered in the System for Award Management (SAM) database? means that? (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record ?Active?. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ?DUNS? or ?DUNS+4? followed by the DUNS or DUNS+4 number that identifies the offeror?s name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number? (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f1098ee35f38bd6885812fa719baa534)
 
Place of Performance
Address: Kabul AFG, null null
Zip Code: null
 
Record
SN04020406-W 20160218/160216234127-f1098ee35f38bd6885812fa719baa534 (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.