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.
Solicitation number W9114F-14-T-0096 is issued as a request for quotation (RFQ).
Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423450. The Europe Regional Contracting Office has a requirement to purchase 2x Gaumard Trauma Hal Adult Simulators with accessories and on-site training (Brand Name or Equal).
The contract line items (CLINs) for this acquisition are as follows:
Line Item 0001
Trauma Hal Adult Simulator, Brand Name or Equal, S3040.100, medium skin tone, rugged and resilient trauma simulator for teaching battlefield medical care. Wireless and tetherless with all components housed inside the simulator. Controlled by wireless tablet PC from up to 900 ft. away.
Item # S3040.100.M, (Brand Name or Equal), 220V/50Hz.
Qty 2
Line Item 0002
Two days of on-site training for ten people. To be conducted at Landstuhl Regional Medical Center in Landstuhl, Germany. Includes all travel, lodging, and per diem expenses for trainer.
Qty 1
Line Item 0003
D/C Virtual Monitor accessory for HAL adult Trauma simulator, Brand name or equal. 12 quote mark Touch screen mobile monitor with stylus. Virtual monitor software included.
Item # S3040.100.002, (Brand Name or Equal), 220V/50Hz.
Qty 2
Line Item 0004
Trauma Wound Kit, Brand-name or Equal. Medium skin tone. Slicone wound inserts sized to fit adult simulators. 14 types of wounds. 10 wounds inserts total.
Item # WK110.M, (Brand Name or Equal), 220V/50Hz.
Qty 1
Line Item 0005
Casualty Wound Kit medium skin tone. Silicone wound inserts sized to fit adult simulators. 14 types of wounds. 23 wound inserts in total.
Item # WK120.M, (Brand Name or Equal), 220V/50Hz.
Qty 1
Line Item 0006
Includes commercial door-to-door shipping to Landstuhl Regional Medical Center. Shipping to the containerization site at New Cumberland is not authorized.
Ship to Address:
Landstuhl Regional Medical Center (U.S. Krankenhaus)
ATTN: PMB - Ms Anne Braxton,
BLDG 3739
66849 Landstuhl, Germany.
Qty 1
The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition:
CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE
52.204-9 -- PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013)
52.211-6 Brand Name or Equal - AUG 1999
52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012
52.214-34 Submission of Offers in the English Language - APR 1991
52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008
52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. - NOV 2011
52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.233-3 Protest After Award - AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004
52.237-2 Protection Of Government Buildings, Equipment, And Vegetation - APR 1984
52.247-29 F.O.B. Origin - FEB 2006
252.203-7000 Requirements Relating to Compensation of Former DoD Officials - SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights - SEP 2013
252.204-7003 Control Of Government Personnel Work Product - APR 1992
252.216-7009 Allowability of Legal Costs Incurred in Connection With a Whistleblower Proceeding SEP 2013
252.225-7048 Export-Controlled Items JUN 2013
252.229-7002 Custom Exemptions (Germany) - JUN 1997
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7008 Assignment of Claims (Overseas)- JUN 1997
252.232-7010 Levies on Contract Payments - DEC 2006
252.233-7001 Choice of Law (Overseas) - JUN 1997
CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT
52.212-1 Instructions to Offerors-Commercial Items (FEB 2012)
52.212-2 Evaluation-Commercial Items (Jan 1999)
52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2011
52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - MAY 2012 (Deviation)
52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I - AUG 2007
52.252-1 Solicitation Provisions incorporated by Reference - FEB 1998
52.252-2 Clauses incorporated by Reference - FEB 1998
52.252-5 Authorized deviations in Provisions (APR 1984)
52.252-6 Authorized Deviations in Clauses (Apr 1984)
252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011)
252.204-7012 Safeguarding Of Unclassified Controlled Technical Information NOV 2013
252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 2012
252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States MAR 2006
252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2014 Appropriations (Deviations 2014-O0009 - FEB 2014
252.244-7000 Subcontracts for Commercial Items JUN 2013
OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual
Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013.
ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - FEB 2012
Quoter shall submit written narratives that will demonstrate how their product(s) meet the salient characteristics below. If a quoter submits an Equal Product, quoter shall explain how the offered product meets the Brand Name product. Equal products of the brand name manufacturer must meet the following equipment salient characteristics:
Factor I - Technical.
LINE ITEM 0001
Trauma HAL , Brand Name or Equal, Trauma Simulator shall:
Be capable of being utilized in outdoor/inclement weather conditions without reduced performance including temperatures between approximately 0-49 degrees Celsius, and approximately 29 degrees Celsius and 95% humidity
Be a full body manikin similar in size to a medium build make or female and can fit in a NATO litter
Have physiology/functionality to meet training needs of battlefield to include at a minimum arm and leg trauma, groin and axilla wounds
Have a minimum of 1.5 Liter quote mark on-board quote mark simulated blood supply with blood loss and reservoir levels shown on tablet PC
Be fully operational on battery or AC adapter power
Have in internal rechargeable battery that provides a minimum of 10 hours of continuous use
Be capable of scenario resets with easy to use fluid refill ports and interchangeable limbs.
Have real-time CPR quality and performance feedback on the portable instructor monitor
Have a built-in library of modifiable programmed scenarios and capable of performing user-created scenarios
Be capable of programmable heart sounds, monitor ECG using standard medical equipment that do not require special adaptors
Have an instructor interface capable of including state, palettes, scenario, breaching scenario, actions log, monitors, speech, medication, and quick meds.
Include a wireless and tetherless table PC with a protective case and GIGA software capable of controlling the manikin remotely at distance of up to 900 feet and bi-directional streaming audio up to 150 feet away.
Shall be wireless and tetherless and contain all operating components within inside the simulator
LINE ITEM 0003
D/C Virtual Monitor for HAL simulator, Brand Name or Equal, shall
Have a touch screen that measures approximately 12 inches
Include required software
LINE ITEM 0004
Trauma Wound Kit shall
Be for adult sized simulators
Include a minimum of 10 wound inserts
LINE ITEM 0005
Casualty Wound Kit shall
Fit adult sized simulators
Include a minimum of 14 types of wounds
Include a minimum of 23 wound inserts
For CLINS 0001, 0002, 0003, and 0005 all items shall:
- Electrical requirements will be 220 Volt, 50 Hz, Two Prong German Plug
- Two copies of the Operator's Manuals
- Two copies of the Maintenance Manuals
- One (1) year warranty
- Products quoted shall be new and not a used or re-manufactured product
Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINs shall have been priced by the vendor. If the vendor failed to price all CLINs, the quote will not be considered for award.
ADDENDUM TO FAR 52.212-2
The Government will award a Purchase Order resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN.
EVALUATION STANDARDS. The quoter's technical quote will be evaluated using the following standards for a final rating:
ACCEPTABLE: A quote that meets the Government's Salient Characteristics identified in the solicitation.
UNACCEPTABLE: A quote that fails to meet the Government's Salient Characteristics identified in the solicitation.
SPECIAL NOTE: All vendors must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at https://www.sam.gov/ . All quotes are due by September 3, 2014, before 04:00 pm Central European Time. Offers may be sent via email to
[email protected] , or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Elena Hughes, phone # 011 49 6371 9464 5434 or at
[email protected]. Vendors may submit questions regarding the solicitation until 28 August 2014. Vendors shall resubmit any inquiries and quotations whose receipt is not confirmed within one business day to Domenico Maddaloni at
[email protected]
Bid Protests Not Available