To place a bid or register go to Unison Marketplace

View Details for Buy # 1149834

General Buy Information

Buy #: 1149834  
Solicitation #: N0018923QG117
Buy Description: Simman 3G Trauma Manikin
Category: 65 -- Medical, Dental, and Veterinary Equipment and Supplies
Sub Category: 6515 -- Medical and Surgical Instruments, Equipment, and Supplies
NAICS: 339112 -- Surgical and Medical Instrument Manufacturing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: No Set-Aside Restriction
Buyer: FLC Norfolk - Groton
End Date: 08/14/2023
End Time: 11:00 ET
Seller Question Deadline: 8/11/2023 - 11:00 ET
Delivery: 30 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver)

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 SIMMAN 3G TRAUMA MANIKIN THIS IS A BRAND NAME MANDATORY REQUIREMENT. MANUFACTURER: LAERDAL MEDICAL CORPORATION MNFR PART NO. 219-02001 SHIPPING 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
002 ALL IN ONE PANEL PC INSTRUCTOR THIS IS A BRAND NAME MANDATORY REQUIREMENT. MANUFACTURER: LAERDAL MEDICAL CORPORATION MNFR PART NO.: 400-29301 ALL IN ONE PANEL PC INSTRUCTOR - PATIENT MONITOR TO INCLUDE SHIPPING TO FOB DESTINATION, GROTON CT 06349 1 EA
003 SIMMAN 3G TRAUMA INSTALLATION THIS IS A BRAND NAME MANDATORY REQUIREMENT. MANUFACTURER: LAERDAL MEDICAL CORPORATION MNFR PART NO.: 212-TR83050 TO INCLUDE SHIPPING TO FOB DESTINATION, GROTON CT 06349 1 EA
004 LAPTOP LLEAP INSTRUCTOR THIS IS A BRAND NAME MANDATORY REQUIREMENT. MANUFACTURER: LAERDAL MEDICAL CORPORATION MNFR PART NO.: 400-10201 LAPTOP LLEAP INSTRUCTOR - PATIENT MONITOR (TOUCHSCREEN) TO INCLUDE SHIPPING TO FOB DESTINATION, GROTON CT 06349 1 EA
005 SIMMAN 3G TRAUMA EXTENDED WARRANTY THIS IS A BRAND NAME MANDATORY REQUIREMENT. MANUFACTURER: LAERDAL MEDICAL CORPORATION MNFR PART NO.: ECN# 109418 ADDITIONAL 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

Bidding Requirements

Instructions
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.
The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award.
The Buyer requests that Sellers bid only the Brand Name and part number provided (exact make, model, part number and/or description). This means that bids containing substitutions will be viewed as UNACCEPTABLE. If you are not able to deliver the line item as requested, DO NOT BID. Please direct any questions to the Buyer through our 'Submit a Question' button.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
There is no Set-Aside restriction for this Buy.
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.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
NAICS The NAICS code is 339112 and the Small Business Standard is 1,000.
FOB Destination FAR 52.247-34, F.o.b. Destination applies
52.212-2 52.212-2 Evaluation - Commercial Items.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial bids allowed No partial shipments are permitted unless specifically authorized at the time of award.
Offer Period Bid MUST be good for 30 calendar days after close of Buy.
252.212-7001 252.212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items
252.211-7003 252.211-7003 Item Identification & Valuation (AUG 2008)
252.211-7003 Alt 1 252.211-7003 Alt 1 Item Identification & Valuation (AUG 2008) - Alt I
252.232-7010 252.232-7010 Levies on Contract Payments (DEC 2006)
5252.232-9402 5252.232-9402 Wide Area Workflow (WAWF)
252.204-7003 Control of Government Personnel Work Product (April 1992)
252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
252.225-7001 Buy American Act & Balance of Payments (Oct 2011)
Miscellaneous 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
Supplemental Bid Information 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.
Contractor Registration 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.
Bids Must Be Valid for 30 Days All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications.
Equipment Requirement 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 manufacturer’s 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 manufacturer’s 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.
Shipping Conditions 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.
GSA Multiple Award Schedule 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 Orders with Open Market Items 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.")

Shipping Information

City State   Zip Code
Groton CT   06349 - 5000

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information:

Buy Attachment(s)

No. Document Name   Document Size
001 4_02_RFQ_N0018923QG117.pdf   952 KB
002 1_04_Brand_Name_Justification.pdf   758 KB