SOLICITATION NOTICE
65 -- 65--Automated External Defibrillator (AED)
- Notice Date
- 9/6/2022 5:53:21 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- W7N1 USPFO ACTIVITY TN ARNG NASHVILLE TN 37204-1502 USA
- ZIP Code
- 37204-1502
- Solicitation Number
- W912L722Q1406
- Response Due
- 9/7/2022 8:30:00 AM
- Archive Date
- 03/06/2023
- Point of Contact
- Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, 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)
- 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 W912L722Q1406 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 2022-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1,250.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2022-09-07 11:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Smyrna , TN 37167 The National Guard - Tennessee requires the following items, Meet or Exceed, to the following: LI 001: Automated External Defibrillator (AED) Salient Characteristics: � Must be able to use replaceable lithium batteries � Must have a warranty. AEDs will be free from defects in material and workmanship under normal use and service for a period of five (5 years). � Replaceable pads. AED electrode pads must have a shelf life that is no less than 24 months. � Must have Voice Instruction � Only commercially available AEDs that have been cleared for marketing by the U.S. Food and Drug Administration (FDA) will be considered for use � Must have physical cover design and be visually labeled with instructions, a status indicator, a shock button that functions as a shock Indicator which illuminates when charged and an on/off button. � Must utilize a bi-phase defibrillation waveform and operate in adult mode. � Must have electrodes with built-in BPR sensors to assist caregivers during Cardiopulmonary Resuscitation (CPR) by evaluating the rate and depth of chest compression at the American Heart Association (AHA) rate and depth. � Must incorporate recording, memory capabilities to allow medical control authorities to review a rescuer�s use of the device. Recording must include electrocardiogram (ECG) rhythms, event data, and device identification., 57, EA; LI 002: AED replacement Pads Must be compatible to Line item 001., 57, 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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - Tennessee intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. 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 - Tennessee 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.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 https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.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. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical � To be considered for award process, vendor must submit offer on time. The following sub-factors are considered in this buy: (1) offers must meet or exceed the salient characteristics specified in this solicitation. Vendor must clearly identify the item by: Brand Name, if any; and Part number or model number; include descriptive literature or a clear reference to furnished descriptive data or other pertinent information available to the Contracting Officer. Include also pictures for reference. (2) Must provide delivery timeframe. (3) Must provide Warranty information. (4) Compliant with DFARS clause 252.225-7001; Buy American and Balance of Payments Program-Basic. (5) must complete FAR clause 52.204-24 (ii) Price- All charges must be inclusive including shipping if any. 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. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. 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/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/de72d19cca624b37903f63a1acc246ac/view)
- Place of Performance
- Address: Bldg 250, 8th Avenue , Smyrna , TN 37167, USA
- Zip Code: 37167
- Country: USA
- Zip Code: 37167
- Record
- SN06454196-F 20220908/220906230119 (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 |