Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2016 FBO #5340
SOLICITATION NOTICE

65 -- Chemical Air Purifying Respirator products

Notice Date
7/5/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, Washington, 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W81K02-16-T-0158
 
Point of Contact
Angela Dexter, Phone: 3604860708
 
E-Mail Address
angela.a.dexter.civ@mail.mil
(angela.a.dexter.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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 solicitation W81K02-16-T-0158 under GFEB PR 0010887348 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 (Surgical Appliance and Supplies Manufacturing ) Size standard is 750 This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. These items/supplies are for use at Madigan Army Medical Center (MAMC), Tacoma, WA All responsible Contractors shall provide an offer for the following. Brand Name or Equal Contractor will need to provide a complete breakdown on the contents under each CLIN. CLIN 0001 TR-600-ECK Versaflow Easy Clean PARA Kit degree Angle of View Endoscopes, Part number: # 70071618444 TR-600-ECK; Versaflow(TM) Easy Clean PAPR Kit, 50 Quantity :50, Unit Issue: Case CLIN 0002: S-433L-5 Versaflow Hood Med/Large Part Number: 70071533171 S-433L-5; Versaflow(TM) Hood with Integrated Head Suspension, Medium/Large, 20 cases (5 per case), Quantity: 20, Unit Issue: Case CLIN 0003: S-433S-5 Versaflow Hood Small/Med Part Number: 70071533197 S-433S-5; Versaflow(TM Hood with Integrated Head Suspension, Small/Medium, 20 cases (5 per case),Quantity: 20, Unit Issue: Case CLIN 0004: S-433S-5 Versaflow Hood Small/Med,Part Number: TR-630 Battery for TR-600 ECK, Battery for TR-600 ECK, 50 cases (1 per case) Quantity: 50, Unit Issue: Case CLIN 00005: Freight Charges Specification • Must meet NIOSH safety standards for approved powered air respirator systems. • Must meets OSHA protection requirements defined in 29 CFR 1910.134 • Must have an Assigned Protection Factor (APF) of 1000 when used as part of a NIOSH approved respirator system. • Must have an Ingress Protection rating of at least 50 when used in the decontamination shower. • Must be compatible with multiple NIOSH approved cartridge filters to protect against exposure to particulates, organic vapors and acid gases. • Blower motor noise must be 75 dBA at the wearer's ear. • Must be a complete PAPR system with all components necessary to operate included. • Must be ergonomically designed to fit close to the body and allow for greater movement in confined spaces. • Must be easy to clean and maintain without needing additional tools. • Have a full face shield design with reduced curvature to decrease reflection and glare and prevent creasing. • Have an easily adjusted integrated suspension hood system. • Have inner and outer shrouds to provide head, face, neck, and shoulder protection. • Must have quick release connection between breathing tube and headgear to facilitate changing out contaminated hood. • Must have length adjusting breathing tube to allow for freedom of movement in chemically contaminated environments. • Must provide loose fitting headgear to allow a minimum of 6.5 cubic feet per minute airflow at a standard flow rate. • Must not contain components made of dry or natural rubber latex or free silicone. • Must contain audible, visual, and vibrating alarms to indicate when filter pressure prevents blower from delivering airflow of at least 6 cfm for more than 30 seconds. • Must contain audible, visual, and vibrating alarm to indicate low battery. • Must contain system alarm that identifies system software malfunctions. • Must not require calibration of components to operate together. • Battery Life must be 5.5 to 13 hour • EVALUATION OF FACTORS: Award will be made based on Lowest Price Technical Acceptable Only (LPTA). The evaluated price will be the total price of the quote, Technical Factors are more important than Price. Price must be determined to be fair and reasonable. The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation (Nov 2015), 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016), 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.219-28 Post Award SB Program Representation, 52.217-9 Option to Extend the term of the Contract, 52.219-28 Post Award Small Business Program Representation,52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification (Oct 2015), 52.232-18 Availability of Funds, 52.232-36 Payment by Third Party; 52.232-39 Unenforceability of Unauthorized obligation; 52.232.40 providing Accelerated payments to Small Business Subcontractors; 52.252-1 Solicitation Provision Incorporated by Reference (Feb 1998), 52.252-2 Clause Incorporated by Reference (Feb 1998), 52.252-5 authorized Deviation in Provision (Apr 1984),52.252-6, Authorized Deviation in Clauses (Apr 1984),, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the award, UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015), 52.211-6 Brand Name or Equal, 52.219-6 Notice of Total SB Set-side, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right -To-Know Information (May 2011);52.223-18,Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restriction on Certain Foreign Purchase, 52.232-39 Unenforceability of Unauthorized Obligation (June 2013), 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (Dec 2013), 52.233-3 Protest After Award; 52.233-4 applicable Laws for Breach of Contract Claim (Oct 2004);52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement, 52.242-13 Bankruptcy (July 1995), The following DFARS clauses apply,252.203-7000 Requirements Relating to Compensation of former DOD Officials (Sep 2011); 252-203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013);252-203-7005 Representation relating to Compensation of former DOD Officials (Nov 2011),252.204-7003 Control of Government Personnel Work Products (Apr 1992); 252-204-7008 Compliance with Safeguarding cover Defense Information Control (Deviation 2016-00001(Oct 2015), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7048 Export Controlled Items ; 252.232-7003, Electronic Submission of Payment Requests, 252-232-7010 Levies on Contract Payment (Dec 2006), 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts)(Jun 2012); 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through the Wide Area Work Flow electronic invoicing (WAWF). Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam/gov Place of Delivery: Madigan Army Medical Center Bldg 9040 Fitzsimmons Drive Tacoma, WA 98431-5000 ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W81K02-16-T-0158 /listing.html)
 
Record
SN04171442-W 20160707/160705234657-bee4cbbc9cbb0773850acf301ebfc602 (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.