THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. A written solicitation will not be issued. Solicitation number M6700110Q0045 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This solicitation is 100% Small Business Set Aside. The North American Industrial Classification System (NAICS) code for this requirement is 326299 and the business size standard is 500 employees. The manufacturer's name, model number and part numbers in this solicitation have been provided to describe equipment deemed minimally capable of satisfying the Government's requirement. Manufacturer's names, model numbers, part numbers are provided only to assist potential offerors in understanding the Government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand that fulfills the Government's need.
Line Item #0001: Deluxe Moulage Kit Quantity: 2 Mfr: Techline Trauma Includes M001-M010 Bleed System 8.8 oz blood, replacement tubing, connectors, hard Case, M001 Thigh Laceration, M002 Gunshot Wound Through Hand (Right), M003 Impaled Object, M0004 Severe Burn-Forearm (Right), M005 Evisceration, M006 Broken Jaw with Laceration, M007 Open wound-Scalp, M008 Compound Fracture- Arm, M009 Avulsion of Calf, M010 Gunshot wound to Leg. Line Item #0002: M011 Burned Face Full Mask Quantity: 2 Mfr: Techline TraumaLine Item #0003: M012 Extender Quantity: 2 Mfr: Techline TraumaLine Item #0004: M051 Partial Arm Amputation (Right) Quantity: 2 Mfr: Techline TraumaLine Item #0005: M052 Partial Leg Amputation (Right) Quantity: 2 Mfr: Techline TraumaLine Item #0006: M053 Closed Arm Fracture (Right) Quantity: 2 Mfr: Techline TraumaLine Item #0007: M054 Shrapnel-Full Arm (Right) Quantity: 2 Mfr: Techline TraumaLine Item #0008: M055 Gunshot Wound to Groin Quantity: 2 Mfr: Techline TraumaLine Item #0009: M071 Arm Amputation Quantity: 2 Mfr: Techline TraumaLine Item #0010: M072 Leg Amputation Quantity: 2 Mfr: Techline TraumaLine Item #0011: M702 Gunshot Wound Through Hand (left) Quantity: 2 Mfr: Techline TraumaLine Item #0012: M704 Severe Burn-Forearm (Left) Quantity: 2 Mfr: Techline TraumaLine Item #0013: M751 Partial Arm Amputation (Left) Quantity: 2 Mfr: Techline TraumaLine Item #0014: M752 Partial Leg Amputation (Left) Quantity: 2 Mfr: Techline TraumaLine Item #0015: M753 Closed Arm Fracture (Left) Quantity: 2 Mfr: Techline TraumaLine Item #0016: M754 Shrapnel-Full Arm (Left) Quantity: 2 Mfr: Techline TraumaLine Item #0017: Blanket (Sand, Dirt, or Leaf) 4' X 6' Quantity 2 Mfr: Techline TraumaLine Item #0018: Blood Powder (48 oz) Quantity: 1 Mfr: Techline TraumaLine Item #0019: Blood Powder (4.4 oz) Quantity: 12 Mfr: Techline TraumaLine Item #0020: Replacement Tubing (6ft) Quantity: 1 Mfr: Techline TraumaLine Item #0021: Tubing Connectors (doz) Quantity: 1 Mfr: Techline TraumaLine Item #0022: Tubing Connectors-Reducers (doz) Quantity: 1 Mfr: Techline TraumaLine Item #0023: Replacement Blood Reservoir Quantity: 1 Mfr: Techline TraumaLine Item #0024: M3075 Carrying Case Quantity: 2 Mfr: Techline Trauma
Deliver To: Freight Traffic Branch, Ash Street, Bldg 1119, Camp Lejeune, NC 28542-5000. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.211-6 Brand Name or Equal; FAR 52.204-7 Central Contractor Registration; 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, Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.204-7 Central Contractor Registration; FAR 52.211-17 Delivery of Excess Quantities; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.247-34 F.O.B Destination; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A Central Contractor Registration Alternate A; DFARS 252.232-7003 Electronic Submission of Payment Requests. The following clauses apply under DFARS: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. Offerors are required to provide their Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-2142. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must be registered with CCR and have a current CCR record prior to receiving an award for this solicitation or for any future awards, as well as be willing to register in Wide Area Work Flow (WAWF). Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if timely received, must be considered by the agency. The Government intends to make award based on the Best Value to the government. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of quotes submitted. The evaluation factors that will be used to determine award are Price, Delivery and Technical acceptability.
Pricing: The Government desires Firm-Fixed Price, F.O.B. Destination pricing.Delivery: The Government desire delivery to Marine Corps Base, Camp Lejeune, NC, no later than 60 days after receipt of award. Contact information (Company Name & Address, Phone Number, POC) must be provided for one source, commercial or government that is similar in scope to this requirement. The closing date for this solicitation is 8 Feb 2010 at 15:00 PM EST. Offerors are responsible for ensuring that their submitted quote has been received and is legible. Submit quote to
[email protected],
[email protected] , or fax to (910) 451-2332.
Bid Protests Not Available