(v) This a brand name only requirement.
(vi) CLIN (0001) SimMan 3G Manikin, Including
Item # Description QTY Unit of Issue
999098678 SimMan 3G Complete with 12" Monitor, Includes SimMan 3G Manikin Software and License Operator's tablet PC, Patient Monitor and Software, Patient Cables, Webcam, Drug Recognition Kit, Soft sided Transportation cases 10 SimMan 3G Patient Cases for Auto Mode 1 Year Warranty 1 ea
999141365 Into to SimMan 3G On-site. A Laerdal Instructor to Provide training at MHAFB for 8 participants 1 ea
999119314 Sm3g Pat Cases Trauma Head Injury & Bleeding (12) Pre-Programmed 3G Patient Cases for Auto Mode 1 ea
999116124 Sm3g Pat Cases Trauma Head Injury & Cardiac (18) Pre-Programmed 3G Patient Cases for Auto Mode 1 ea
999119313 Simulation in Nursing Education (NLN) Volume 1 for SimMan 3G 1 ea
999145250 Simulation in Nursing Education (NLN) Volume II Patient Cases 1 ea
999099104 Emergency Preparedness Scenarios - Terrorism for SimMan 1 ea
999099102 ACLS SimMan Scenarios 1 ea
999118704 SimMan 3G Installation 1 ea
(vii) FOB-Destination for delivery to: 90 Hope Drive Bldg 6000 Mountain Home AFB, ID 83648. Delivery NLT 1 Apr 2011. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC).
(viii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price considered.
(ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included.
(x) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons; 52.225-1 Buy American Act Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibition on Engaging in Sanction Activities Relating to Iran-Certification; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alternate A; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC)
**Eric Thaxton, 129 Andrews Street, Langley AFB, VA 23665, Email [email protected], Phone: (757)764-5372, Fax:(757)764-4400**
(xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION).
(xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION).
(xiii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition.
(xiv) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed.
(xv) Quotes must be emailed to Tom Brock at [email protected] or faxed to (208) 828-2658. Quotes are required to be received no later than 1:00 PM (MST), 11 Feb 2011.