Federal Bid

Last Updated on 07 Jun 2022 at 3 PM
Combined Synopsis/Solicitation
Newport Rhode island

LifePak AED

Solicitation ID N66604-22-P-0311
Posted Date 07 Jun 2022 at 3 PM
Archive Date 07 Jul 2022 at 4 AM
NAICS Category
Product Service Code
Set Aside 8(a) Sole Source (FAR 19.8)
Contracting Office Nuwc Div Newport
Agency Department Of Defense
Location Newport Rhode island United states 02840

PLEASE READ THIS ENTIRE NOTICE AS IT CONSTITUTES THE ONLY NOTICE THAT WILL
BE ISSUED.
This is a combined synopsis and solicitation 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;
quotations are being requested and a written solicitation will not be issued. Request for Quotation (RFQ)
number is N66604-22-P-0311.
The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a Firm Fixed
Price purchase order to Stryker Medical on a sole source basis in accordance with FAR 13.106(b) for the
items listed below:
CLIN 0001
Qty Part # Description
35 99512-001263 LIFEPAK CR2 Defibrillator, Fully Automatic, WIFI, English, carrying case, 8 year warranty.
Includes 1 PR QUIK-STEP electrodes and 1 battery (4 years each), LIFELINKcentral AED
Program Manager Basic Account, USB cable, Operating Instructions
35 11101-000021 QUIK-STEP pacing/ECG/defibrillation electrodes, 4 year. Includes electrode cover, 1 set of
adult/pediatric electrodes, LPCR2
35 11998-000321 Ambu Res-Cue Mask First Responder Kit
35 11220-000079 AED Wall Cabinet with Alarm – Surface Mount, Rolled Edges
35 11998-000332 GNAT Pro Enterprise C/C++ cross environment to develop software written in C/C++ for
ARM GNU Linux (64 bits) hosted on x86 GNU Linux
The Periods of Performance (PoP) are as follows:
N/A
Stryker is the sole manufacturer and exclusive distributor of all LifePak AED products. In addition,
Stryker has exclusive rights to all software maintenance agreements which make it the only company
capable of providing the defibrillators required for NUWCDIVNPT. There are no authorized resellers of
this maintenance.
A determination by the Government not to compete this proposed contract upon responses to this notice is
solely within the discretion of the Government. Information received will normally be considered solely
for the purpose of determining whether to conduct a competitive procurement.
This procurement is solicited as Other Than Full and Open Competition as concurred with by the
NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification
System (NAICS) Code for this acquisition is 334510; the Small Business Size Standard is 1250.
The following FAR provisions apply to this solicitation:
• 52.204-7, System for Award Management
• 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or
Equipment
• 52.209-11, Representation by corporations Regarding Delinquent Tax Liability or a Felony Conviction
under any
Federal Law
• 52.212-1, Instructions to Offerors -- Commercial Items
• 52.212-2 “Evaluation – Commercial Items”
• 52.212-3 (ALT 1), Offeror Representations and Certifications-- Commercial Items
The following FAR clauses apply to this solicitation:

52.204-13, System for Award Management Maintenance
• 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services
or Equipment
• 52.212-4, “Contract Terms and Conditions – Commercial Items"
• 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-
Commercial Items
• 52.222-3, Convict Labor
• 52.222-19, Child Labor—Cooperation with Authorities and Remedies (DEVIATION 2020-O0019)
• 52.222-21, Prohibition of Segregated Facilities
• 52.222-26, Equal Opportunity
• 52.222-36, Equal Opportunity for Workers with Disabilities
• 52.222-50, Combating Trafficking in Persons
• 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
• 52.225-13, Restrictions on Certain Foreign Purchases
• 52.232-33, Payment by Electronic Funds Transfer—System for Award Management
• 52.252-2, Clauses Incorporated by Reference
• 52.252-6, Authorized Deviations in Clauses
The following DFARS provisions apply to this solicitation:
• 252.203-7005, Representation Relating to Compensation of Former DoD Officials
• 252.204-7016, Covered Defense Telecommunications Equipment or Services--Representation
• 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Services—Representation
The following DFARS clauses apply to this solicitation:
• 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
• 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
• 252.204-7003, Control Of Government Personnel Work Product
• 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
• 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or
Services
• 252.225-7048, Export-Controlled Items
• 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
• 252.232-7010, Levies on Contract Payments
• 252.244-7000, Subcontracts for Commercial Items
• 252.247-7023, Transportation of Supplies by Sea
Full text of incorporated FAR/DFARS clauses and provisions are available at: www.acquisition.gov/far.
This requirement does not include Electronic and Information Technology (EIT) and therefore Section
508 compliance is not applicable to this requirement.
Active registration with the System for Award Management (SAM) is required prior to award, pursuant to
applicable regulations and guidelines. Registration information can be found at https://www.sam.gov/.
Instructions for registration are available at the website. It is requested that Offerors include the signed
representation of FAR 52.204-24 Representation Regarding Certain Telecommunications and Video
Surveillance or Equipment (Nov 2021) with the quote if not already provided in SAM under 52.204-26 -
Covered Telecommunications Equipment or Services-Representation (Oct 2020).
If no surcharge is applicable, the Government’s preferred method of payment is via credit card.
Otherwise, Electronic Payment through Wide Area Workflow (WAWF) will be used. Please confirm if

Government Purchase Card is an acceptable form of payment within the quotation.
Offerors shall include price, delivery terms, and the following additional information with submissions:
point of contact (including phone number and email address), contractor cage code, and contractor DUNs
number. Offers received after the closing date and time specified will be ineligible for award.
Offers must be e-mailed directly to Madison Rowland at [email protected]. Offers
must be received no later than 1:00 p.m. (EST) on Friday 10 June 2022. Offers received after this date
and time may not be considered for award. For information on this acquisition, contact Madison Rowland
at [email protected].
If you have any questions or concerns please feel free to contact me. Thank you.

Bid Protests Not Available

Similar Past Bids

Location Unknown 08 Aug 2012 at 6 PM
Patuxent river Maryland 14 Sep 2021 at 10 PM
Island Kentucky 12 Mar 2013 at 6 PM
Kirtland air force base New mexico 06 Aug 2013 at 6 PM
Washington District of columbia 08 Aug 2008 at 7 PM