Connecticut Bids > Bid Detail

65--Simman 3G Trauma Manikin

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159858641401512
Posted Date: Aug 8, 2023
Due Date: Aug 14, 2023
Solicitation No: N0018923QG117
Source: https://sam.gov/opp/b9941368eb...
Follow
65--Simman 3G Trauma Manikin
Active
Contract Opportunity
Notice ID
N0018923QG117
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 08, 2023 11:17 am EDT
  • Original Date Offers Due: Aug 14, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Groton , CT 06349
    USA
Description
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 N0018923QG117 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 2023-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1,000.00 employees.

GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov.

This requirement is unrestricted and only qualified sellers may submit quotes.

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:

2023-08-14 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Groton, CT 06349

The FLC Norfolk - Groton requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: SIMMAN 3G TRAUMA MANIKINTHIS IS A BRAND NAME MANDATORY REQUIREMENT. MANUFACTURER: LAERDAL MEDICAL CORPORATIONMNFR PART NO. 219-02001SHIPPING FOB DESTINATION TO GROTON, CT 06349 NOTE: THE REQUIREMENTS IN DFARS 252.211-7003, ITEM IDENTIFICATION AND VALUATION, ARE APPLICABLE FOR THIS LINE ITEM. THE CONTRACTOR SHALL PROVIDE DOD UNIQUE IDENTIFICATION OR A DOD RECOGNIZED UNIQUE IDENTIFICATION EQUIVALENT. NOTE: THE REQUIREMENTS IN DFARS 252.211-7003, ITEM IDENTIFICATION AND VALUATION, ARE APPLICABLE FOR THIS LINE ITEM. THE CONTRACTOR SHALL PROVIDE DOD UNIQUE IDENTIFICATION OR A DOD RECOGNIZED UNIQUE IDENTIFICATION EQUIVALENT., 1, EA;
LI 002: ALL IN ONE PANEL PC INSTRUCTORTHIS IS A BRAND NAME MANDATORY REQUIREMENT. MANUFACTURER: LAERDAL MEDICAL CORPORATIONMNFR PART NO.: 400-29301 ALL IN ONE PANEL PC INSTRUCTOR - PATIENT MONITOR TO INCLUDE SHIPPING TO FOB DESTINATION, GROTON CT 06349, 1, EA;
LI 003: SIMMAN 3G TRAUMA INSTALLATIONTHIS IS A BRAND NAME MANDATORY REQUIREMENT. MANUFACTURER: LAERDAL MEDICAL CORPORATIONMNFR PART NO.: 212-TR83050TO INCLUDE SHIPPING TO FOB DESTINATION, GROTON CT 06349, 1, EA;
LI 004: LAPTOP LLEAP INSTRUCTORTHIS IS A BRAND NAME MANDATORY REQUIREMENT. MANUFACTURER: LAERDAL MEDICAL CORPORATIONMNFR PART NO.: 400-10201LAPTOP LLEAP INSTRUCTOR - PATIENT MONITOR (TOUCHSCREEN)TO INCLUDE SHIPPING TO FOB DESTINATION, GROTON CT 06349, 1, EA;
LI 005: SIMMAN 3G TRAUMA EXTENDED WARRANTYTHIS IS A BRAND NAME MANDATORY REQUIREMENT. MANUFACTURER: LAERDAL MEDICAL CORPORATIONMNFR PART NO.: ECN# 109418ADDITIONAL 1-YEAR SIMMAN 3G TRAUMA EXTENDED WARRANTY. REQUESTED WARRANTY DATES 15 SEP 2023 - 14 SEP 2024. TO INCLUDE SHIPPING TO FOB DESTINATION, GROTON CT 06349, 1, EA;

Solicitation and Buy Attachments

***Question Submission: Interested Sellers 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, FLC Norfolk - Groton 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. A Seller may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton 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 quotes. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a quote on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith quotes, 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 Sellers 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.

The NAICS code is 339112 and the Small Business Standard is 1,000.

FAR 52.247-34, F.o.b. Destination applies

52.212-2 Evaluation - Commercial Items.

New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

No partial shipments are permitted unless specifically authorized at the time of award.

Bid MUST be good for 30 calendar days after close of Buy.

252.212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items

252.211-7003 Item Identification & Valuation (AUG 2008)

252.211-7003 Alt 1 Item Identification & Valuation (AUG 2008) - Alt I

252.232-7010 Levies on Contract Payments (DEC 2006)

5252.232-9402 Wide Area Workflow (WAWF)

Control of Government Personnel Work Product (April 1992)

Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)

Requirements Relating to Compensation of Former DOD Officials (Sep 2011)

Buy American Act & Balance of Payments (Oct 2011)

The clauses may be accessed in full text at these addresses https://www.acquisition.gov/Far/AND http://www.acq.osd.mil/dpap/dfars/index.htm

In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.

All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications.

New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturers warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request.The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturers current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software.

All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award.

Delivery order awards shall only be made to the firm that has the GSA FSS contract awarded to them. The Government views a team arrangement as a prime and subcontractor relationship with the delivery order only being awarded to one GSA FSS holder. To ensure compliance, prior to award the offeror MUST provide written proof from the GSA FSS contract holder that they have the right to offer the GSA schedule items on behalf of the GSA FSS holder; AND a statement that the offeror accepts that the government will make award to the GSA schedule contract holder as the sole awardee and they understand the Government will only accept invoices from and make payments to the GSA FSS contract holder. ATTENTION: Should a solicitation be set aside for a specific socio-economic status, such as a small business, the FSS contract holder must meet the socio-economic requirement in order to be considered for award.

GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101.In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.")
Attachments/Links
Contact Information
Contracting Office Address
  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 08, 2023 11:17 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >