Bleeding Control Kits
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announce... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W25G1Q922500FV and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set-aside for small businesses. The anticipated award will be a Firm Fixed Price Purchase Order. The award will be made based on the lowest price, technically acceptable offer. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Regulation. The North American Industry Classification System (NAICS) code is 339113. The SB size standard for this code is 750 employees. 0001.Public Access Bleeding Control Kits. A minimum of 20 stations in the advanced configuration to equal at least 160 individual bleeding control kits. Each station must include: a wall-mountable storage case with one nylon carrying case which contains one responder QuickLitter (for moving injured employees quickly) and enough vacuum-sealed life-saving bleeding control kits consisting of one C-A-T tourniquet, one emergency trauma dressing, two compressed gauzes, one HyFin Vent compact chest seal twin pack (for penetrating chest wounds), one combat gauze hemostatic bandage (to enhance blood clotting abilities), two pairs of nitrile glove, one pair of trauma shears, one small permanent marker, one instruction card and one survival blanket to reach a minimum of 160 individual bleeding kits. North American Rescue, part number 80-0473 or equal. Indicate in your pricing how your kits are packaged. We are looking for a minimum of 20 stations for 160 kits and will not ask contractors to break up already packaged kits. All items must be new. All items shall be delivered FOB Destination to Letterkenny Army Depot, Chambersburg, PA 17201. The following FAR provisions and clauses are applicable to this solicitation and may be obtained via internet at http://farsite.hill.af.mil Provision at FAR 52.212-1, Instruction to Offerors--Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE Code, DUNS number, Tax ID Number (TIN) and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-2 Evaluation - Commercial Item. 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. Award shall be made to the lowest price technically acceptable offer. Technical acceptability shall be based on meeting the specification standards. Contractors quoting on an equal product must submit a sample kit to show the product meets the minimum specifications. Failure to submit a sample kit for an equal product being offered will render the quote non-responsive and it will no longer be considered for this procurement The Government reserves the right to determine technical acceptability. Delivery address for the sample kit - Letterkenny Army Depot, Letterkenny Contracting Office, 1 Overcash Ave, Attn: CCAM-MLK for Laura Buehler, Bldg 2S, Chambersburg PA 17201-4150 Contractors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications --Commercial Item or complete electronic annual representations and certifications at https://www.sam.gov/portal/public/SAM/. FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.209-2, Prohibition on Contracting With inverted Domestic Corporations, .Representation FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-16 Brand Name or Equal 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 (Deviation) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation 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 52.222-22 Previous Contract and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1 Buy American Act-Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-23 Assignment of Claims FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments for Small Business Subcontractors FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-34 F.o.b. Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-5 Authorized Deviations in Provisions FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, system for Award Management DFARS 252.203-7005 Representation Relation to Compensation of Former DoD Officials DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.247-7023 Transportation of Supplies by Sea Point of Contact: Laura Buehler, Contract Specialist: Phone: (717)267-9617, FAX: (717)267-9834, e-mail:laura.j.buehler.civ@mail.mil Contracting Officer: Claudette Lyons, Phone (717)267-5620, e-mail: claudette.r.lyons.civ@mail.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with the solicitation; 2) All Amendments, if applicable, must be acknowledged; 3) Questions concerning this notice must be submitted to the Points of Contact as indicated in this announcement. 4) Only email offers will be accepted 5) Contractors are required to be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) to be eligible for award. 6) Quotes must be valid for a period of 30 days. 7) Submit a sample kit for technical evaluation if quoting on a proposed equal product Response Time- Request for Quotation will be accepted at the Letterkenny Army Depot, 1 Overcash Ave, ACC-Redstone-LEAD, Bldg 2S, Chambersburg, PA 17201 not later than 3:00 P.M. Eastern Daylight Time on 11 Sep 2019. All quotes must be marked with RFQ number and title. The government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documents posted on FBO will not be made available.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »