View Other Versions: 1038312 1038312_01
General Buy Information
Buy #: | 1038312_02 | |
---|---|---|
Solicitation #: | W912KC20R0051 | |
Buy Description: | manikins - Similar or equivalent to Trauma Hal - Sim Man 3G | |
Category: | 69 -- Training Aids and Devices | |
Sub Category: | 6910 -- Training Aids | |
NAICS: | 339999 -- All Other Miscellaneous Manufacturing | |
SAM Contract Opportunity: | Yes | |
Set-Aside Requirement: | Small Business | |
Buyer: | National Guard - Pennsylvania | |
End Date: | 09/11/2020 | |
End Time: | 11:30 ET | |
Seller Question Deadline: | 9/8/2020 - 11:00 ET | |
Delivery: | 60 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver) | |
Repost Reason: |
The purpose of this reposting is to add a required attachment for completion and submission with offers. Offerors shall provide the completed attachment to be considered for award.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason. |
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 | 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 |
Bidding Requirements
Instructions |
---|
In addition to providing pricing through the marketplace, Sellers MUST include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: Offerors shall provide the completed attachment to be considered for award.
|
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
|
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
|
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 or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
|
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
|
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.
|
Sellers understand that the Marketplace ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
|
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.)
|
Buy Terms
Name | Description |
---|---|
Equipment Condition | New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. |
Offer Period | Bid MUST be good for 30 calendar days after close of Buy. |
Shipping Condition | 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. |
SAM Requirement | 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. |
Commercial Items Terms and Conditions | 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/. |
Provisions | 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. |
Clauses | 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. |
Basis of Award | 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. |
Full detailed requirements | 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. |
SAM Registration | 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 | Shipping is FOB Destination CONUS (Continental U.S.). |
New Equipment | New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. |
No Multiple Awards | No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an all-or-nothing basis. |
Request for Quote | This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). |
FARsite | 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. |
NAICS & Size Standard | 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 |
Service Terms: | "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" |
Clause 252.232-7006 | Wide Area WorkFlow Payment Instructions |
Clause 252.204-7012 | Clause 252.204-7012 |
Shipping Information
City | State | Zip Code | |
---|---|---|---|
ANNVILLE | PA | 17003 |
Seller Attachment(s): Required
The attachment(s) must include the following non-pricing information: Offerors shall provide the completed attachment to be considered for award. |
Buy Attachment(s)
No. | Document Name | Document Size | |
---|---|---|---|
001 | 889_Representation_Form_Rev_1.pdf | 105 KB |