Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOLICITATION NOTICE

69 -- Tactical Medical Pro Simulator, Male

Notice Date
6/24/2022 2:32:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
W40M RHCO PACIFIC FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0222Q0096
 
Response Due
7/15/2022 12:00:00 PM
 
Archive Date
07/30/2022
 
Point of Contact
Walter J Bischoff, Phone: 3604860707, Fax: 3604860787
 
E-Mail Address
walter.j.bischoff.civ@mail.mil
(walter.j.bischoff.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is solicitation, no. W81K0222Q0096; Purchase Request; 0011778069, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510; Size Standard for small business is 1,250 Employees. RFQ is being issued as a Total Small Business Set-Aside.� � This requirement is for the U. S Army Air Ambulance Detachment, (USAAAD), Yakima WA; Madigan Army Medical Center, Tacoma WA, and is requesting a Tactical Medical Pro Simulator for Critical Care Flight Paramedics certification field training exercises. LINE ITEM: 0001 - Tactical Medical Pro Simulator, Male������������������������ EA 0001 (Shipping / Freight to Destination � must be included with Line Item: 0001) All responsible Contractors shall provide an offer for the following Brand Name or Equal: Tactical Medical Pro Simulator, Male. Salient Characteristics The Tactical Medical Pro Simulator, male soldier shall include the following characteristics; Overall Features: Shall be male in gender Shall be a human life cast whole-body system Shall have unparalleled realism and durability in all weather conditions Shall be psychologically accurate to provide realistic visual and tactile stimuli Shall have durable silicone skin Shall be rust resistant Shall be water resistant Shall be battery operated, min 8-10 hours battery life� Shall have 2 way radio communication speak through simulator Shall be easy to clean Shall have durable transit case to withstand wear and tear Head: Shall be anatomically accurate in shape and size Must have realistic and palpable skeletal features (eyebrows, ears, forehead, teeth, lips, tongue and nose) Shall have breakaway teeth Shall have life-like tracheal and larynx Shall have an airway blockage with sensor Shall have changeable eyeballs, 1x set of normal, 1x set of dilated, 1x set of pinpoint, 1x TBI (dilated + pinpoint) Shall have movable jaw and neck Shall have nasopharyngeal airway with sensor Shall have supraglottic airway capable of keeping the upper airway clear for unobstructed ventilation Torso: Shall have bag-valve-mask with chest response to measure cardiac arrest Shall have inclusive genitals that are not attachments Shall have multiple 14ga 3.25"" needle decompression sites Shall have probable wounds (entry/exit) Shall have chest movement� Shall have palpable radial, carotid, brachial, femoral pulse points Shall have life-life synthetic tissue Limbs: Shall have realistic range of motion Shall have animatronic limbs with full rotation Shall have passive IV with flash cue with IV trainer Shall have physiologically correct full amputation Shall have intraosseous infusible humerus, sternum, and tibial (dry) Shall have crepitus friction between bone and cartilage Shall have muscles that are injectable Shall Have Smart Limb Modular capabilities with plug and play options Shall have modular amputations, open fracture, closed fracture, and healthy limb options Wounds: Shall have life-like simulated wounds Shall have GWS to upper body with venous bleeding Shall have GWS to lower body with arterial bleeding Shall have burn wound Shall have shrapnel wound Shall have avulsion on scrotum Shall have packable ICW (inguinal crease) that requires application of pressure Shall have easy to apply moulage options including evisceration, facial trauma, burn sleeves for upper limb, lower limb, and inguinal wound Remote Control: Shall be un-tethered and wireless Shall have exchangeable batteries Shall have onboard and off board charging capabilities Shall have ability to run on batteries or AC direct Shall be able to work min 50 ft from simulator Shall be able to operate the entire simulator Shall be rugged, water-resistant and no larger than the size of an iPad Shall provide instant feedback on medic intervention Shall provide sensor feedback Shall be standalone and not require additional laptops or monitors Consumables: Shall include 3 months� worth of supplies: Synthetic blood, 1 gallon concentrate Surgical cricothyroid consumables Silicone repair kit Storage: Shall have durable storage container with dedicated space for safe storage of simulator and accessories. SUBMISSION and EVALUATION of FACTORS: The Government will award a contract resulting from this solicitation to the responsible Offeror on the Lowest Price Technically Acceptable methodology. Submission: General: Once the Contracting Officer (KO) has made the decision to whom an award will be made, a signed completed contract (SF1449 form) will be sent to the awardee. For this requirement, a company must have an active System for Award Management (SAM) registration, SAM UEI number, and CAGE code. �A contract will be in existence once the KO has signed the contract. What to submit: An RFQ Offer to Include company name, address, along with an Active SAM.Gov Entity submission document from SAM.Gov with CAGE Code, SAM UEI number report, to include Vendor Point of Contact information, and a statement of Technical abilities (see below), and price. Technical Factor: Describe your company�s abilities in providing the above Tactical Medical Pro Simulator, Male which would include the ability to provide post award support, i.e.; maintenance, warranty and repair capabilities. Include your company�s experience and a brief overview of your company. Offeror submission must include enough information to clearly demonstrate to the Contracting Officer whether or not product / services will meet the salient specifications listed above. The evaluated price will be the total price of the quote, to include all fees as indicated. Technical Factors are more important than Price. �Price must be determined to be fair and reasonable. Evaluation The government will initially list proposals from lowest to highest price. The government will evaluate the five lowest priced proposals first. If those proposals are determined technically unacceptable, the government will evaluate the next five lowest priced proposals and continue in that manner until a proposal is rated Technically Acceptable. USING THIS PROCEDURE, THE GOVERNMENT MIGHT NOT EVALUATE ALL PROPOSALS Price will not be rated but could become the deciding factor if more than one offer is considered acceptable in Technical capabilities. The following provisions apply to this acquisition: 52.212-1 Instruction to Offerors - Commercial Item; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.232-33 Payment by Electronic Funds; 52.252-2 Addendum to 52.212-1. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES 1. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply; 52.204-25 Prohibition on Contracting for certain Telecommunications & Video Surveillance Services & Equipment, 52.204-26 Covered Telecommunications Equipment or Services Representation, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52-211-6 Brand name or equal; 52.212-2 Instructions to Offerors-Competitive Acquisitions; 52.219-6 Notice of Total SB Set-side; 52.219- 28 Post Award SB Program Re-representation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52- 222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222- 36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claims. The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials; 242.203-7002 Requirements to inform employees of whistleblower rights; 252.204-7003 Control of Government personnel work product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation); 252.204 7015 Disclosure of Information to Litigation support contractors; 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.211-7003 Item Unique Identification and Valuation; 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program; 252.225-7048 Export Controlled Items,; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.232-7010 Levies on Contract Payments, 252.247-702; Transportation of Supplies by Sea; 252.244-7000 Subcontracts for Commercial Items and Commercial Components Potential contractors must be registered in the System for Award Management (SAM), online at www.sam.gov to be eligible for an award. Offers & supporting documentations are due by 15 July 2022 @ 12pm, Pacific Standard Time (PST). Submit offers via email: Walter.j.Bischoff.civ@mail.mil. All offerors will be acknowledged by email with a statement of whether their RFQ package submitted has been accepted/rejected for consideration. ALL SUBMITTED OFFERS MUST BE SIGNED & DATED. ALL QUESTIONS NEED TO BE SUBMITTED VIA EMAIL, NO TELEPHONE CALLS WILL BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3685f1090472408fb82c45498ce69d83/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98431, USA
Zip Code: 98431
Country: USA
 
Record
SN06369012-F 20220626/220624230101 (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.