Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2021 SAM #7126
SOLICITATION NOTICE

69 -- Medical Manikin - CTARNG

Notice Date
6/3/2021 9:09:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
33999 —
 
Contracting Office
W7MZ USPFO ACTIVITY CT ARNG HARTFORD CT 06105-3706 USA
 
ZIP Code
06105-3706
 
Solicitation Number
W91ZRS-21-R-0024
 
Response Due
6/11/2021 10:00:00 AM
 
Archive Date
06/26/2021
 
Point of Contact
Philip J. Orzech
 
E-Mail Address
philip.j.orzech.civ@mail.mil
(philip.j.orzech.civ@mail.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
This is a solicitation for commercial items prepared in accordance with the format Subpart 12.6, 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).�The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05�dated 10�March�2021. This solicitation number W91ZRS-21-R-0024 is for the Connecticut Army National Guard (CTARNG).�Shipment will be to�580 North Street, Windsor Locks CT 06096. The Solicitation is 100% Women-Owned Small Business set-aside.�The USPFO for Connecticut intends to award a Firm-Fixed Price contract for�six (6)�medical manikins with the following characteristics: Key skills and interventions of the manikin include: Airway management, Intubation, Oropharangeal Airway (OPA), Nasopharengeal Airway (NPA), Cricothyroidotomy, Needle decompression, Intraosseous (I/O)�infusion, Simulated wounds, Ruggedized upper torso made of seamless life-like silicone skin Highly realistic visual and tactile stimuli Nasal passageways for nasopharyngeal intubation Oral airway cavity with teeth and tongue for use with supraglottic airways Simulated cricothyroidotomy with larynx and single and multiple use, replaceable skin plugs Realistic manubrium allows intraosseous (I/O) training with fluid infusion Needle decompression training sites (full-size 3.25� 14 gauge needle) with replaceable skin plugs and pleural membranes Reinforced silicone arms provide natural elbow movement and soft grip with articulating shoulders that provide full arm rotation Interchangeable hands (injured and non-injured) Chest tube insertion training site with multiple-use, replaceable, skin plug Simulated gunshot entrance and exit wounds Instructions to Offerors 1. All questions shall be in writing. Questions may be emailed to philip.j.orzech.civ@mail.mil. Questions must be submitted no later than 01:00 p.m. EST, 9�June�2021 2. All quotes are due no later than 01:00 p.m. EST, 11�June�2021. Quotes may be emailed to philip.j.orzech.civ@mail.mil a. It is your responsibility to make sure your quote is received. The fact that the contracting office did not receive your quote due to an error on the email address does not change the due date or time. � Basis for Award Award shall be made to a single offeror. 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 most important factors are price and past performance.� SAM Registration: Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, they may do so through the SAM website at http://www.sam.gov. Payment shall be paid thru the wide area workflow program. All payments are net 30 days. All Offerors must accept this as payment. The wide area workflow website is https://wawf.eb.mil/. Offers must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (OCT 2010) with its offer. Responses are due no later than 01:00 p.m. EST, Friday, 11�June�2021, and shall be electronically submitted to philip.j.orzech.civ@mail.mil. The following provisions are included in this acquisition: FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation�Commercial Items; FAR 52.212-3 Alt I, Offerors Representations and Certifications (OCT 2010); FAR 52.217-5, Evaluation of Options; FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment---Certification; FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services---Certification; FAR 52.237-1, Site Visit; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7998 (DEV), Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements---Representation (DEVIATION); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.209-7992 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law---Fiscal Year 2015 Appropriations (DEVIATION); DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7035, Buy American---Free Trade Agreements---Balance of Payments Program Certificate; DFARS 252.225-7035 Alt I, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate I); DFARS 252.225-7035 Alt IV, Buy American---Free Trade Agreements---Balance of Payments Program Certificate (Alternate IV); DFARS 252.225-7049, Prohibition on Acquisition of Commercial Satellite Services From Certain Foreign Entities---Representations : The following clauses apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-18, Commercial Government Entity Code Maintenance; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.212-4, Contract Terms and Conditions�Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION); FAR 52.212-5 Alt II, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--- Commercial Items� (Deviation 2013-O0019) (APR 2015) Alternate II� (APR 2015); �FAR 52.219-6, Notice of Small Business Set � Aside; FAR 52.219.28, Post Award Small Business Program Rerepresentation: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor---Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, (wage determination no. 1996-0239, revision no. 25, date of last revision 02/03/2011); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases;� FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2; DFARS 252.201-7000, Contracting Officer�s Representative; DFARS;�� 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7999 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION); DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information;�� DFARS 252.204-7011, Alternative Line� Item Structure; DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information: DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.223-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023 ALT III , Transportation of Supplies by Sea; �Provisions and Clauses for this synopsis/solicitation can be found at https://www.acquisition.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fe2585767c5340eaa2a69e621fade3e7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06021109-F 20210605/210603230120 (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.