Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
MODIFICATION

69 -- Trauma Training Robot/Dummy

Notice Date
7/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
US Air Force Europe - 700 CONS
 
ZIP Code
00000
 
Solicitation Number
F3N0426111A001
 
Archive Date
8/18/2016
 
Point of Contact
david a. volberg, Phone: 011495364898438, 700 CONS LGCB Team 2,
 
E-Mail Address
david.volberg@us.af.mil, 700CONS.LGCB.Team2@us.af.mil
(david.volberg@us.af.mil, 700CONS.LGCB.Team2@us.af.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. The request for quote (RFQ) solicitation number is F3N0426111A001. The North American Industry Classification System (NAICS) code is 423450 Medical, Dental, & Hospital Equip & Supplies Wholesalers. The Standard Industrial Classification (SIC) code is 5047 Medical and Hospital Equipment. The Product Service Code (PSC) / Federal Supply Code (FSC) is 6910 Training Aids This requirement is for items used outside of the United States and its outlying areas; the small business size standard and set-aside requirements are not applicable. Award will be made in accordance with the criteria identified in FAR 52.212-2 Evaluations-Commercial Items (see Clauses/Provisions); price and technical capability of the item offer to meet the government need. The 700th Contracting Squadron is considering award of a firm-fixed-price contract to satisfy following requirement. All responsible sources may submit a quotation, which shall be considered by the agency. All offerors shall submit quotes with English Translation. Submit all quotes to david.volberg@us.af.mil and/or 700CONS.LGCB.Team2@us.af.mil no later than 16:00 hours (local, Central European Time) on 3 Aug 2016. Requirement Description: Hemostatic Wound Training Manikin and On-site Training (Offerors are to submit technical specifications of all items proposed.) CLIN 0001 - HEMO (1 Leg Amputation - inguinal wound), Manufacturer: KGS Part Number: KGS-TFXHEMO-1 Brand Name or Equal - Equivalent items must include the following to be considered - Humanistic robot that is capable of full-motion animatronics - Capable of simulating amputation to one or both legs - Capable of simulating trauma expected after surviving an explosive event - Capable of arterial bleeding that can be monitored and stopped with the accurate placement of a tourniquet. - Capable of "bleeding", flow also needs to be capable of being stopped by applying other Self-Aid Buddy Care/Combat Lifesaver techniques - Capable of monitoring the effectiveness of Self-Aid Buddy Care/Combat Lifesaver techniques such as applying pressure to pressure points - Robot and Remote durable enough to use in simulated combat environments - Training on operation and care/maintenance of the platform - Warranty to cover repairs of damage that occur during training use. Quantity: 2 Each CLIN 0002 - AirwayPlusLifeCast Upper - PB, Manufacturer: KGS, Part Number: KGS-TFX-APLPB-2 Brand Name or Equal - Equivalent items must include the following to be considered -Humanistic robot that is capable of full-motion animatronics -Capable of simulating amputation to one or both legs -Capable of simulating trauma expected after surviving an explosive event -Capable of arterial bleeding that can be monitored and stopped with the accurate placement of a tourniquet. -Capable of "bleeding", flow also needs to be capable of being stopped by applying other Self-Aid Buddy Care/Combat Lifesaver techniques -Capable of monitoring the effectiveness of Self-Aid Buddy Care/Combat Lifesaver techniques such as applying pressure to pressure points -Robot and Remote durable enough to use in simulated combat environments -Training on operation and care/maintenance of the platform -Warranty to cover repairs of damage that occur during training use. Quantity: 2 Each CLIN 0003 - Training Contractor required to provide all material, equipment, and labor necessary to conduct hands on training on all features, system operation, use of robot in scenarios, design & maintenance, and troubleshooting. Government will provide training area. Scheduling will be conducted after award. QTY: 1 Each Delivery Information: Include cost for delivery in unit price. FOB Destination Warranty: Minimum 1 year warranty Delivery Date: 90 days after award * updated 22 Jul 2016 Delivery and Training Location 435 CTS/CEX Building 663 Ramstein Air Base, Germany The following clauses and provisions apply to his acquisition. Federal Acquisition Circular (FAC) Current to FAC 2005-88, Effective 15 Jun 2016 DFARS Publication Notice (DPN) Current to DPN 20160510 (Effective 07 Jun 2016) Edition Air Force Acquisition Circular (AFAC) Current thru AFAC 2016-0603 effective 03 Jun 2016 Incorporated by Reference 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-12 Limitations on Payments to Influence Certain Federal Transactions 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.203-3 Gratuities 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.212-1 Instructions to Offerors - Commercial Items (no addenda) 52.212-4 Contract Terms and Conditions Commercial Items (no addenda) 52.232-39 Unenforceability of Unauthorized Obligations 52.242-13 Bankruptcy 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.225-7005 Identification of Expenditures in the U.S. 252.225-7012 Preference for Certain Domestic Commodities 252.225-7048 Export Controlled Items 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7002 Customs Exemptions (Germany) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 252.203-7996 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation 252.203-7997 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Full Text Clauses/Provisions 52.209-11 - Representations by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Offeror complete paragraph (b) of this clause) (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; FAR 52.212-3 -- Alt I Offeror Representations and Certifications -- Commercial Items (Offeror complete and return information in accordance with para (b)(2) of this clause) "[Offeror to identify the applicable paragraphs at (c) through (r) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]" 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). Include in solicitations and contracts >SAT. (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.233-2 Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 700CONS.LGCB.Team2@us.af.mil. 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far and http://farsite.hill.af.mil. (End of Provision) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far and http://farsite.hill.af.mil. (End of Clause) 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation System (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) Note: DFARS PGI Clause deviations can be found at http://www.acq.osd.mil/dpap/dars/class_deviations.html 252.211-7003 Item Unique Identification and Valuation. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items: Contract Line, Subline, or Exhibit Line Item Number Item Description _NONE_ (ii) Items for which the Government's unit acquisition cost is less than $5,000 that are identified in the Schedule or the following table: Contract Line, Subline, or Exhibit Line Item Number Item Description _NONE_ (iii) Subassemblies, components, and parts embedded within delivered items, items with warranty requirements, DoD serially managed reparables and DoD serially managed nonreparables as specified in Attachment Number _n/a_. (iv) Any item of special tooling or special test equipment as defined in FAR 2.101 that have been designated for preservation and storage for a Major Defense Acquisition Program as specified in Attachment Number _n/a_. (v) Any item not included in (i), (ii), (iii), or (iv) for which the contractor creates and marks a unique item identifier for traceability. DFARS 252.229-7001 -- Tax Relief Alt I (Offeror to fill-in para (a) of this clause) (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price: Name of Tax: and Rate (Percentage): DFARS 252.232-7006 Wide Area Work Flow Payment Instructions (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). - COMBO (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. - DESTINATION (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF / Data to be entered to WAWF Pay Official DoDAAC / F78900 Issue by DoDAAC / FA5613 Admin DoDAAC / FA5613 Inspect by iDoDAAC / F3N042 Ship To Code / N/A Ship From Code / N/A Mark For Code / N/A Service Approver (DoDAAC) / N/A Service Acceptor (DoDAAC) / N/A Accept by Other (DoDAAC) / N/A Other DoDAAC(s) / N/A (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. NONE (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. - NOT APPLICABLE (End of clause) *** ADDITIONAL INFORMATION REGARDING WAWF FOR FOREIGN CONTRACTORS Foreign Contractors shall ensure that his/her banking information is included in the Comments block: COMMENTS Banking Information (Foreign Vendors Only): - Name of Bank - Bank Identification Code (BLZ) - Account Number - IBAN - BIC (if applicable) AFFARS 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. Douglas Guldan AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: douglas.guldan@us.af.mil Tel: DSN: (314)480-2209 Fax: (49)-6731-47-2025 Alternate: Ms. Heidi Hoehn AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: heidi.hoehn.de@us.af.mil Tel: DSN: (314)480-9330 Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8472fa94a321b42e1dcecb3302b6f59a)
 
Record
SN04193023-W 20160724/160722234437-8472fa94a321b42e1dcecb3302b6f59a (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.