Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2017 FBO #5753
SOLICITATION NOTICE

65 -- Simulation Manikins

Notice Date
8/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
610 Militia Drive, St. Paul, MN 55111
 
ZIP Code
55111
 
Solicitation Number
W912LM-17-T-8023
 
Response Due
8/31/2017
 
Archive Date
2/27/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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 W912LM-17-T-8023 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 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 2017-08-31 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be St. Paul, MN 55111 The National Guard - Minnesota requires the following items, Brand Name or Equal, to the following: LI 001: Trauma Simulation Manikin Adult Point of Injury Trauma Care Simulator Base Unit Includes: Full Body Wireless Instrumented Adult Ruggedized Mannequin, One Left Healthy Leg, One Right Amputated Leg, Muse Operating Software Contractor to provide Trauma Simulation Manikin and components in accordance with attached statement of work; 01 SOW Trauma Manikin. P/N: Caesar CSR-100 "Brand Name or Equal" FOB: Destination, 2, EA; LI 002: Right Healthy Leg Caesar Right Healthy Leg (Full Limb Replacement) Contractor to provide Right Healthy Leg in accordance with attached statement of work; 01 SOW Trauma Manikin. P/N: Caesar ACC-CSR03 "Brand Name or Equal" FOB: Destination, 1, EA; LI 003: Right Arm Multiple Shrapnel Wound Caesar Right Arm Multiple Shrapnel Wound (Full Limb Replacement) Contractor to provide Right Arm Multiple Shrapnel Wound in accordance with attached statement of work; 01 SOW Trauma Manikin. P/N: Caesar, ACC-CSR18 "Brand Name or Equal" FOB: Destination, 1, EA; LI 004: Left Leg Below the Knee Shrapnel Wounds Caesar Left Leg Below the Knee Shrapnel Wounds (Full Limb Replacement) Contractor to provide Left Leg Below the Knee Shrapnel Wounds in accordance with attached statement of work; 01 SOW Trauma Manikin. P/N: Caesar, ACC-CSR17 "Brand Name or Equal" FOB: Destination, 1, EA; LI 005: Installation & System Orientation Installation & System Orientation of Caesar by a CAE Healthcare Technician Contractor to provide Installation & System Orientation in accordance with attached statement of work; 01 SOW Trauma Manikin. P/N: Caesar, ISO-CSR "Brand Name or Equal" FOB: Destination, 1, EA; LI 006: On-site Two Day Education Course On-site Two Day Education Course for Caesar (Up to 10 Attendees) Contractor to provide On-site Two Day Education Course in accordance with attached statement of work; 01 SOW Trauma Manikin. P/N: Caesar, TRN-CSR03 "Brand Name or Equal" FOB: Destination, 1, EA; LI 007: Single Year Value Assurance for Caesar Single Year Value Assurance for Caesar Contractor to provide Single Year Value Assurance for Caesar in accordance with attached statement of work; 01 SOW Trauma Manikin Manikin. P/N: Caesar, WAR-CSR03 "Brand Name or Equal" FOB: Destination, 2, EA; LI 008: Adult Simulation Manikin iStan ruggedized base unit medium skin tone includes: bones, software, workstation, monitor, pre-config pts,14 experiences. Contractor to provide Adult Simulation Manikin and components in accordance with attached statement of work; 01 SOW Adult Simulation Manikin. "BRAND NAME OR EQUAL". Product #: ISTAN-200. MUST BE AMC CERTIFIED SAFE TO FLY. FOB: Destination, 1, EA; LI 009: ACLS Learning Application iStan ACLS Learning Application for iStan Muse, 10 sim experiences on 2010 AHA guidelines. Contractor to provide Learning Application for Manikin in accordance with attached statement of work; 01 SOW Adult Simulation Manikin. "BRAND NAME OR EQUAL". Product #: EDU-137. MUST BE AMC CERTIFIED SAFE TO FLY. FOB: Destination, 1, EA; LI 010: Tactical Medical Care Learning Application iStan Tactical Medical Care Learning Application. Contractor to provide Learning Application for Manikin in accordance with attached statement of work; 01 SOW Adult Simulation Manikin. "BRAND NAME OR EQUAL". Product #: EDU-024A. MUST BE AMC CERTIFIED SAFE TO FLY. FOB: Destination, 1, EA; LI 011: Simulated in Practice On-Site Education Simulated in Practice On-Site Education iStan Simulated in Practice On-Site Education Course, physician instructor (10 attendees). Contractor to provide On-Site Education Course for Manikin in accordance with attached statement of work; 01 SOW Adult Simulation Manikin. "BRAND NAME OR EQUAL". Product #:TRN-iStan06. MUST BE AMC CERTIFIED SAFE TO FLY. FOB: Destination, 1, EA; LI 012: Installation and System orientation iStan Installation and System orientation by healthcare technician. Contractor to provide Installation and System Orientation in accordance with attached statement of work; 01 SOW Adult Simulation Manikin. "BRAND NAME R EQUAL". Product #: ISO-iStan. MUST BE AMC CERTIFIED SAFE TO FLY. FOB: Destination, 1, EA; LI 013: Single Year Premier System Assurance iStan Single Year Premier System Assurance. Contractor to provide Single Year Premier System Assurance in accordance with attached statement of work; 01 SOW Adult Simulation Manikin. "BRAND NAME OR EQUAL". Product #: WAR-iStan06. MUST BE AMC CERTIFIED SAFE TO FLY. FOB: Destination, 1, 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, National Guard - Minnesota 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. National Guard - Minnesota 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. 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. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. 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 https://www.acquisition.gov/far/. 52.203-3 Gratuities APR 1984 52.212-1 Instructions to Offerors--Commercial Items JAN 2017 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 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 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations JUN 2015 252.215-7007 Notice of Intent to Resolicit JUN 2012 252.215-7008 Only One Offer OCT 2013 252.222-7007 Representation Regarding Combating Trafficking in Persons JAN 2015 252.225-7000 Buy American--Balance Of Payments Program Certificate--Basic (Nov 2014) NOV 2014 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Dec 2016) DEC 2016 252.225-7008 Restriction on Acquisition of Specialty Metals MAR 2013 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals OCT 2014 252.225-7012 Preference For Certain Domestic Commodities DEC 2016 252.225-7020 Trade Agreements Certificate--Basic (Nov 2014) NOV 2014 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea AUG 1992 252.247-7023 Transportation of Supplies by Sea APR 2014 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 see attachment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df9aff228805be3dbdec4759d0d952e7)
 
Place of Performance
Address: St. Paul, MN 55111
Zip Code: 55111
 
Record
SN04640017-W 20170824/170822231750-df9aff228805be3dbdec4759d0d952e7 (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.