Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2018 FBO #6145
SOLICITATION NOTICE

69 -- TOM Manikins - Attachments

Notice Date
9/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-18-Q-0027
 
Archive Date
10/11/2018
 
Point of Contact
Richard Driscoll, Phone: 6097545922
 
E-Mail Address
richard.driscoll.2@us.af.mil
(richard.driscoll.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Anti-Terrorism Statement Security Forces Statement FAR 52.212-3 This is a combined synopsis/solicitation for 4 Each TOM Manikins (Or Equal) on Joint Base MDL-McGuire, New Jersey in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-18-Q-0027 is being issued as a Request for Quotation (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 (effective 22 Aug 2018) and Defense Federal Acquisition Regulation Supplement 20170824 (effective 24 Aug 2018). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as 100% small business set-aside. The North American Industrial Classification System Code is 339999 with a small business size standard of 500 employees. The government intends to issue a fixed price purchase order performing the service. Delivery shall be accomplished no later than 30 days after award of contract. Quoted prices shall include itemized pricing for the Contract Line Item Number (CLIN) as follows: CLIN 0001 - TOM Manikins (Or Equal) and associated accessories in accordance with the attached Statement of Work. Quantity: 4 Each X Unit Price:_______________ TOTAL PRICE: $__________________ QUOTES DUE DATE: All quotes are due no later 26 September 2018 at 2:00 PM local time. Quotes may be emailed to richard.driscoll.2@us.af.mil, or mailed 87th Contracting Squadron, Attn: Mr. Rick Driscoll, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641. **Note: All offerors are required to fill-out and return Federal Acquisition Regulation clause 52.212-3 and 52.212-3 Alt 1, if applicable. (Attached) Offerors are cautioned that Joint Base McGuire-Dix-Lakehurst NJ has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING QUOTES. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. LATE QUOTES WILL BE PROCESSED IN ACCORDANCE WITH FAR 52.212-1(F) "LATE SUBMISSION, MODIFICATIONS, REVISIONS, AND WITHDRAWALS OF OFFERS." QUOTATION PREPARATION INSTRUCTIONS : A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the competitive lowest price technically acceptable selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Price, and (2) Technical. ADDENDUM 52.212-1 A. To assure timely and equitable evaluation of offers, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional data will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit cost data to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: 1. PRICE: Insert proposed unit and extended prices for each Contract Line Item Number (CLIN). The extended amount must equal the whole dollar unit price multiplied by the number of units. 2. TECHNICAL: Offerors shall provide documentation to show the capability of meeting and/or exceeding the salient characteristics within the Statement of Work. ADDENDUM TO 52.212-2 Evaluation - Commercial Items a. Basis for Contract Award This is a Lowest Price Technically Acceptable (LPTA) award decision conducted in accordance with Federal Acquisition Regulation (FAR) 12, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force (AF) FARSite, http://farsite.hill.af.mil. The Government will select the proposal with the lowest evaluated price from among those meeting the acceptability standards for non-price factors. A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, as supplemented, whose quote conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is judged to represent the lowest price technically acceptable quote. b. Solicitation Requirements, Terms and Conditions Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or subfactors. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable. c. Technical Factor The Government's technical evaluation team shall evaluate the technical proposals on an acceptable or unacceptable basis. An "Unacceptable" rating will render the entire quote unacceptable and, therefore, unawardable. Technically acceptable is defined as providing documentation that your company has sucessfully performed these services in the past. Offerors must provide documentation of this technical performance. Offerors who fail to provide this documentation will render their quote unacceptable. ATTACHMENTS : 1. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors. 2. Security Forces Squadron Appendix. 3. Anti-terrorism statement. APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated may be accessed via the Internet at http://farsite.hill.af.mil Federal Acquisition Regulation: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting For Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.222-25 Affirmative Action Compliance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.252-1 Solicitations Provision Incorporated by Reference ( http://farsite.hill.af.mil/ ) 52.252-2 Clauses Incorporated by Reference ( http://farsite.hill.af.mil/ ) 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The following provisions/clauses are applicable to FAR 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-14 Limitations on Subcontracting 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Labor Standards 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 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. ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. STATEMENT OF WORK (SOW) TO Procure Four Each TOMManikins or Equal 1.0 GENERAL : The 421 st Combat Training Squadron facilitates multiple courses in which our students are put through Tactical Combat Casualty Care scenarios. These unique mannequins are equipped with trauma manikin simulator designed for both classroom settings, Trauma Lanes and field training scenarios. Multiple appendages present a variety of wounds including GSW, blast and burns to provide full mission profiles in combat scenarios. 1.1. Description of item required: The equipment being purchased must meet specification for real world application for combat environment. We are specifically requesting: Durable - withstands drops, falls and drags Sturdy steel frame and joints Weight between 150-170 lbs Wireless Remote Operation 1.2 Gallon On-Board Bleeding Reservoir Quick replacement of extremities Flexibility with multiple wounds patterns Interchangeable extremities Low maintenance Rugged Softech® skin •· Skull w/ Undamaged Head Skin •· Undamaged Chest Skin •· Undamaged Right Arm •· Partial Amputation Left Arm •· Pelvic Skin •· Undamaged Left Leg •· Full Amputation Right Leg •· Skull w/ Blast/Burned Head Skin •· Chest w/ Abdominal Evisceration •· Undamaged Left Arm •· Shrapnel Wound Right Arm •· Pelvic Skin •· Undamaged Right Leg •· Full Amputation Left Leg •· Chest w/ Sucking Wound •· Pelvis w/ GSW to Groin Male and Female Available 1.2 BASE ENTRY: The contractor shall obtain the necessary passes and /or identification for entry into JB MDL for all employees prior to commencement of work. The Government reserves the right to refuse to issue an entrance pass to any employee for any reason deemed valid by the Government. The contractor shall be required to provide the Security Forces with vehicle registration(s), proof(s) of insurance, driver license(s), and a picture ID(s) to obtain a pass for entry onto the base. The Pass and Registration building 3021 is located inside the twenty-four (24) hour gate right off of Wrightstown / Cookstown Rd.. 1.3. SECURITY FORCE AND FIRE PROTECTION: The Base Security Police telephone number is 609-754-6001 and the Base Fire Department telephone number is 911 for reporting a fire. General information telephone number is 609-754-3326. 1.4. PERFORMANCE PERIOD: All equipment shall be shipped within a 30 calendar day period from the start of award, excluding holidays.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-18-Q-0027/listing.html)
 
Place of Performance
Address: 2402 Vandenburg Ave, Joint Base MDL, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN05094243-W 20180920/180918231046-5e8a399f4637b1d4aae0fc14efb29c8a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.