Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

65 -- Trauma Kits ( MIARNG )

Notice Date
5/22/2020 10:16:56 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB-20-Q-0026
 
Response Due
6/8/2020 9:00:00 AM
 
Archive Date
06/23/2020
 
Point of Contact
Milagros Isabel-Baez, Phone: 5174817817, Eva P. Lauchie. Contracting Officer, Phone: 5174817846
 
E-Mail Address
milagros.isabelbaez.civ@mail.mil, eva.p.lauchie.civ@mail.mil
(milagros.isabelbaez.civ@mail.mil, eva.p.lauchie.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1.0 INTRODUCTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a request for quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. This is a Total Small Business Set Aside. The NAICS is 339113 and the small business size standard is 750 employees. The Michigan Army National Guard (MIARNG) has FDA compliant trauma kits located in all installations and stand-alone facilities statewide.� These kits currently contain expired FDA regulated items that are in need of replenishment as well as non-expiring tactical equipment.� The Government will convert the existing patient soft trauma cases into new hard cases.� These new cases will then be secured in new wall cabinets provided by the vendor to improve visibility and maintain accountability and security over the trauma kits. 2.0 REQUIREMENT: Please refer to the Specifcation Packet attached below of this solicitation for specifications of the requirement. This attachment also included the solicitation clauses as well. 3.0 QUOTE SUBMISSION/INSTRUCTIONS: Please include the following information in your quote submission: 3.1 Contact/Company Information: o��������� Contact Name o��������� Contact Phone No. and E-mail Address o��������� Complete business Mailing Address o��������� Duns No. o��������� Cage Code o��������� Tax ID 3.2 Pricing:���� o��������� Price quotes must be firm-fixed price. o��������� Include the total price (i.e., sum of all extended amounts) in the price quote.� o��������� FOB destination. o��������� Net 30 days. o��������� Prices must be valid for 60 days Quotes will be considered late unless the Offeror completes the entire submission of the quote before the closing date and time for receipt of quotes under this solicitation. Late quotes may not be eligible for award. Quote submission must be completed by the date and time indicated in this request for quote. Please note: As applicable, these submission instructions will also apply to any future correspondence related to this solicitation. 3.3 Errors, Omissions, or Ambiguities: If an Offeror believes the solicitation, including the Statement of Work, contains an error, omission, or ambiguity, or is otherwise unsound, the Offeror shall immediately notify the Contract Administrator and Contracting Officer in writing with supporting rationale prior to the date set for the closing for receipt of quotes. 3.4 False Statements in Offers: Offerors must provide full, accurate, and complete information as required by this solicitation and its attachments. The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. 4.0 QUESTIONS AND AMENDMENTS: Questions are due no later than Monday, May 28, 2020 at 12:00 PM Eastern Standard Time. Answers to questions will be provided to all prospective Offerors. In order to receive responses to questions, please send them directly to milagros.isabelbaez.civ@mail.mil. Offerors are reminded that the Government will not address any hypothetical questions aimed toward receiving a potential ""evaluation decision"" from the Government. It is the vendor's responsibility to monitor this solicitation for any amendments. The Government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions. It is the Offeror's responsibility to contact the POC via email to verify the quote is received PRIOR to the date and time set for the due date of this Solicitation. 5.0 ADDITIONAL INFORMATION AND BASIS FOR AWARD: 5.1 Evaluation: The Government intends to award to a small business that meets all the requirements listed in the Product Specification Sheet and to a responsible company who quotes conforming to the terms and conditions of the solicitation, is most advantageous to the government based on price and other factors that provide the best value to the government. Best value will be determined by evaluating each quote for price, past performance, and technical capability. All evaluation factors are approximately equal. 5.2 System for Award Management (SAM): Vendors must have an active registration in SAM.gov at the time of award. Vendors are encouraged to verify that their registration is active prior to submission of quote. If the prospective awardee is not active in SAM database at time of award, the prospective awardee will be allowed (7) calendar days to become registered and active in SAM. The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active by the (7) calendar day deadline. 5.3 Basis for Award: One award will be made to the responsible Offeror submitting an overall quote that is determined most advantageous to the Government, price and non-price factors considered. The basis for award will be best value to the Government considering price and technical acceptability and past performance.� All evaluation factors are approximately equal. �Evaluation will be conducted and selection will be made in accordance with the guidelines provided in the Federal Acquisition Regulation (FAR), the Product Specification Sheet, and this Solicitation. The Government intends to award to the small business that meets or exceeds the specifications listed and meets the provisions of the solicitation. The awardee must not have negative or adverse information on FAPIIS or SPRS in the last three years. Negative or adverse action in FAPIIS in the last three years, may render your quote unacceptable.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1a8f838aba1d4f52850df6c12daf4e7f/view)
 
Place of Performance
Address: Lansing, MI 48906, USA
Zip Code: 48906
Country: USA
 
Record
SN05669314-F 20200524/200522230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.