SOLICITATION NOTICE
69 -- manikins - Similar or equivalent to Trauma Hal - Sim Man 3G
- Notice Date
- 8/25/2020 7:00:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- W7NX USPFO ACTIVITY PA ARNG ANNVILLE PA 17003-5002 USA
- ZIP Code
- 17003-5002
- Solicitation Number
- W912KC20R0051
- Response Due
- 9/11/2020 12:00:00 AM
- Archive Date
- 03/10/2021
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
- E-Mail Address
-
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is W912KC20R0051 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 with a small business size standard of 500.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-09-11 11:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be ANNVILLE, PA 17003 The National Guard - Pennsylvania requires the following items, Meet or Exceed, to the following: LI 001: Multi-functional manikins: PA Army National Guard trains Soldiers on medical tasks for 68W10 MOS-T and 68W30 Advanced Leader Course. The requirement for Manikins is dictated by the program of instruction for these courses. Manikins are required that can serve as multi-functional manikin with all characteristics required for training and provide a 5 year warranty. Manikin Capabilities A breakdown of characteristics required by the program of instruction are mandatory required for the manikin. Manikins must be demonstrated to have all characteristics as follows:: 1. Must weigh at least 80lbs 2. Splash Proof 3. Blood Reservoirs stored inside the body 4. Wireless and tether less control +/- 900ft 5. Battery power for up to 10hrs 6. Must provide all interchangeable trauma/healthy lower arms and legs to provide multiple scenarios with each manikin. 7. Fast scenario resets with automatic Self-refilling Reservoir System 8. Blinking eyes with reactive pupils 9. Software controlled fluid secretion at ears, eyes, and mouth 10. Able to simulate mild and severe convulsions 11. Wireless streaming audio 12. Execute voice and hearing responses at distances up to 150 ft (care under fire tactics) 13. Library of pre-recorded responses 14. Head tilt/chin lift 15. Intubation with visible gastric distention 16. Programmable airway with tongue edema, pharyngeal swelling and Laryngospasms 17. Surgical Cricothyrotomy and Tracheotomy 18. Needle decompression with hiss and needle placement detection 19. Ventilation detection with visible chest rise with bag valve mask 20. Selectable anterior lung sounds 21. Unilateral chest rise and fall with main stem intubation 22. CPR time, depth/rate, chest recoil, ventilation rate 23. Durable chest recoil 24. Measure blood pressure using real blood pressure cuff 25. Vascular access at the Antecubital, Sternal, and Tibia 26. Must be able to conduct Easy I.O at humorous and tibia 27. Must be able to conduct F.A.S.T. 1. at the sternum 28. Must be Rugged with the ability to handle drags more than 300 feet, drops as high as 5 feet, be carried in multiple positions for up to 300 meters., 9, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - Pennsylvania intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - Pennsylvania is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions � Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. PA Army National Guard trains Soldiers on medical tasks for 68W10 MOS-T and 68W30 Advanced Leader Course. The requirement for Manikins is dictated by the program of instruction for these courses. Manikins are required that can serve as multi-functional manikin with all characteristics required for training and provide a 5 year warranty. Manikin Capabilities A breakdown of characteristics required by the program of instruction are mandatory required for the manikin. Manikins must be demonstrated to have all characteristics as follows:: 1. Must weigh at least 80lbs 2. Splash Proof 3. Blood Reservoirs stored inside the body 4. Wireless and tether less control +/- 900ft 5. Battery power for up to 10hrs 6. Must provide all interchangeable trauma/healthy lower arms and legs to provide multiple scenarios with each manikin. 7. Fast scenario resets with automatic Self-refilling Reservoir System 8. Blinking eyes with reactive pupils 9. Software controlled fluid secretion at ears, eyes, and mouth 10. Able to simulate mild and severe convulsions 11. Wireless streaming audio 12. Execute voice and hearing responses at distances up to 150 ft (care under fire tactics) 13. Library of pre-recorded responses 14. Head tilt/chin lift 15. Intubation with visible gastric distention 16. Programmable airway with tongue edema, pharyngeal swelling and Laryngospasms 17. Surgical Cricothyrotomy and Tracheotomy 18. Needle decompression with hiss and needle placement detection 19. Ventilation detection with visible chest rise with bag valve mask 20. Selectable anterior lung sounds 21. Unilateral chest rise and fall with main stem intubation 22. CPR time, depth/rate, chest recoil, ventilation rate 23. Durable chest recoil 24. Measure blood pressure using real blood pressure cuff 25. Vascular access at the Antecubital, Sternal, and Tibia 26. Must be able to conduct Easy I.O at humorous and tibia 27. Must be able to conduct F.A.S.T. 1. at the sternum 28. Must be Rugged with the ability to handle drags more than 300 feet, drops as high as 5 feet, be carried in multiple positions for up to 300 meters. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (Continental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf ""52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"" Wide Area WorkFlow Payment Instructions Clause 252.204-7012
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b9756900c3cb486b8108ec7c4bc1853d/view)
- Place of Performance
- Address: ANNVILLE, PA 17003, USA
- Zip Code: 17003
- Country: USA
- Zip Code: 17003
- Record
- SN05773145-F 20200827/200825230157 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |