Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2020 SAM #6817
SOLICITATION NOTICE

65 -- Bleeding Control Kits- Brand Name or Equal to: ***North American Rescue LLC***

Notice Date
7/27/2020 9:58:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0877
 
Response Due
7/31/2020 1:00:00 PM
 
Archive Date
08/30/2020
 
Point of Contact
Duane A Philgence, Contracting Officer, Phone: (973) 676 1000 ext 1895
 
E-Mail Address
duane.philgence@va.gov
(duane.philgence@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: COMBINED SYNOPSIS/SOLICITATION Solicitation Number: 36C24220Q0877 Posted Date: 07/27/2020 Original Response Date: 07/31/2020 Current Response Date: 07/31/2020 Product or Service Code: 6515 Set Aside: SDVOSB NAICS Code: 339112 Contracting Office Address East Orange VAMC, 385 Tremont Avenue, East Orange, NJ Bldg.5A, Room 126 A, East Orange NJ 07018. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, being requested, and a written solicitation document will not be issued. This is a Brand Name or equal to North American Rescue LLC. List of quantity and item# are listed below. This solicitation is a ""request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-2. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a business size standard of 1000 Employees. This procurement is being issued as a Veteran Owned Small Business Set-Aside. It is the Government s intent to issue a firm fixed price, single award as a result of this solicitation. The North American Industry Classification System (NAICS) code is 339112. All interested companies shall provide quotation(s), for the following site: Canandaigua VAMC, 400 Fort Hill Avenue, Canandaigua, NY 14424, is seeking to purchase Brand-Name or Equal- Bleeding Control Kits. Supplies REQUIREMENT/SALIENT CHARACTERISTICS/SPECIFICATIONS Common Nomenclature: The bleeding control kits have been specifically configured to meet the Veterans Affairs specifications, descriptions provide details of the requirements. Public Access BLEEDING CONTROL KITS Stations are Designed to provide bystanders and initial first responders in public buildings and populated public areas with quick, easy access to essential medical equipment for stopping life-threatening bleeding. Advanced kits containing the added capability of a hemostatic dressing to enhance blood clotting abilities for faster bleeding control. 75 basic public access bleeding control stations for the Canandaigua and Rochester Sites, 10 basic kits for the Police Department vehicles and 20 advanced kits for the Canandaigua VA Fire Department vehicles. 75 basic public access bleeding control stations for the Canandaigua and Rochester Sites, 10 basic kits for the Police Department vehicles and 20 advanced kits for the Canandaigua VA Fire Department vehicles. PHYSICAL SPECIFICATIONS: 75 basic public access bleeding control stations for the Canandaigua and Rochester Sites, 10 basic kits for the Police Department vehicles 20 advanced kits for the Canandaigua VA Fire Department vehicles Brand Name: North America Rescue LLC QTY 75 EA Item# 80-0581 KIT, PABC - 5-PACK STATION - CLEAR - BASIC CASE (Vac sealed) Qty 10 EA Item# 80-0573 KIT, PABC - 5 PACK - BASIC (vac) QTY 20 EA Standard Features for Bleeding Control Kits will include: Dimensions, size, capacity: Total Station: H 18 in. x W 15.5 in. x D 10 in Weight: 20.7 lb or less Clear Wall Case: H 18 in. x W 15.5 in. x D 10 in. Weight: 15 lb or less 5-Pack: H 7.5 in. x W 13 in. x D 8 in. Weight: 5.7 lb or less Individual Bleeding Control Kits: H 7 in. x W 5 in. x D 2.5 in. Weight: 11.7 oz or less Alternate dimensions submitted are reviewable by end user for approval Other pertinent information that describes the item required: Public access Bleeding Control Kits, Kits should contain the following below; Includes easy-to-open nylon carrying case containing five (5) Individual Bleeding Control Kits packaged in ruggedized vacuum sealed pouches and one (1) NAR Responder QuikLitter for moving injured casualties 1 x Rugged, Easy-to-access Clear Wall Case 1 x NAR Red Nylon Zippered Tote Bag 1 x NAR Responder QuikLitter 5 x Basic Individual Bleeding Control Kits (Vacuum Sealed) 1 x C-A-T® Tourniquet 1 x 6 in. NAR Responder ETD (Emergency Trauma Dressing) 2 x NAR Responder Compressed Gauze 2 x Pair, Responder Nitrile Gloves, Lg 1 x Responder Trauma Shears, 7.25 in. 1 x NAR Survival Blanket 1 x Permanent Marker, Small 1 x Just in Time Instruction Car Basic Bleeding control 5-pack-Vacuum Sealed (For Police Vehicles) will include: 1 x NAR Red Zippered Tote 1 x NAR Responder QuikLitter 5 x Basic Individual Bleeding Control Kits (Vacuum Sealed) 1 x C-A-T® Tourniquet 1 x 6 in. Responder ETD (Emergency Trauma Dressing) 2 x NAR Responder Compressed Gauze 2 x Pair, Responder Nitrile Gloves, Lg 1 x Responder Trauma Shears, 7.25 in. 1 x Permanent Marker, Small 1 x Just in Time Instruction Card Advanced Bleeding control 5-pack-Vacuum Sealed (For Fire Department Vehicles) will include: 1 x NAR Red Nylon Zippered Tote 1 x NAR Responder QuikLitter 5 x Advanced Individual Bleeding Control Kits (Vacuum Sealed) 1 x C-A-T® Tourniquet 1 x 6 in. Responder ETD (Emergency Trauma Dressing) 1 x Combat Gauze LE, Z-Fold Hemostatic Bandage 1 x NAR Responder Compressed Gauze 1 x HyFin® Compact, Vent Twin Pack 2 x Pair, Responder Nitrile Gloves, Lg 1 x Responder Trauma Shears, 7.25 in. 1 x Permanent Marker, Small 1 x Just in Time Instruction Card WARRANTY: Standard Warranty Required: 1-year warranty on all parts: Prospective vendors shall be able to provide direct manufacturer support and shall directly issue a manufacturer's limited factor warranty of the government. DELIVERY LOCATION: 1) Delivery must be included with price. The delivery location: Canandaigua VAMC,400 Fort Hill Avenue, Canandaigua NY 14424 **Note: All SDVOSB vendors who plan on competing for this stated acquisition must be VIP Verified at https://www.vip.vetbiz.gov/. All SDVOSBs must be on the manufacturer s list who are authorized to participate. To properly apply the VA Rule of Two 38 U.S.C. 8127 (d) Supplies and Services to procurements for SDVOSB set asides, Contracting Officers are required to verify that all SDVOSBs who are interested parties are VIP Verified during entire acquisition process. Thank You All offerors shall submit the following: Quote with DUNS number, TIN Number, letter of authorization, solicitation number, phone number, and fax number, Point of Contact, SDVOSB VIP certification and proposed delivery date for goods. Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability, and price. The government will evaluate information based on the following evaluation criteria: Quotes will be evaluated based upon the ability to meet the above exact specifications to Brand-Name or Equal to North American Rescue LLC item listing above. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 52.212-1, Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) End of addendum to FAR 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2019) 52.247-34 F.O.B. Destination (NOV 1991) VAAR 852.211-70 Service Data Manuals (NOV 1984) The following subparagraphs of FAR 52.212-5 are applicable, along with: 52.203-19, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52-222-3, 52.222-35, 52.225-13, 52.222-50, 52.222-36, 52.222-21, 52.222-19, 52.222-26, 52.223-18, 52.225-13, 52.233-3, 52-233-4 and 52.247-64 subparagraphs. All offers shall be sent to the Contract Specialist: Duane.Philgence@va.gov LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes clause 52.219-27. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records, or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. This is a combined synopsis/solicitation for Brand-Name or Equal to North American Rescue LLC. The government intends to award a contract because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bids must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" Quotes shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 07/31/2020 4pm Est. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist. Email should contain the following information: Name of firm, Socio-Economic category of the firm, complete address, phone and fax number of point of contact. The email that you send to Duane.philgence@va.gov contain the words 36C24220Q0877 Bleeding Control Kits in the subject box. Point of Contact Duane Philgence Email: Duane.philgence@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/456b2e9974f2421fb18bef8cd95bdd43/view)
 
Place of Performance
Address: Canandaigua VAMC 400 Fort Hill Avenue Canandaigua, NY 14424, USA
Zip Code: 14424
Country: USA
 
Record
SN05734999-F 20200729/200727230137 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.