To place a bid or register go to Unison Marketplace

View Details for Buy # 992690_01

View Other Versions: 992690 

General Buy Information

Buy #: 992690_01  
Solicitation #: N0018919QG161
Buy Description: NSMRL TympStar and AudioStar
Category: 65 -- Medical, Dental, and Veterinary Equipment and Supplies
Sub Category: 6515 -- Medical and Surgical Instruments, Equipment, and Supplies
NAICS: 334510 -- Electromedical and Electrotherapeutic Apparatus Manufacturing
SAM Contract Opportunity: Yes
Set-Aside Requirement: No Set-Aside Restriction
Buyer: FLC Norfolk - Groton
End Date: 09/03/2019
End Time: 11:00 ET
Seller Question Deadline: 8/30/2019 - 11:00 ET
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)
Repost Reason: THE FOLLOWING PROVISION, FAR 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019), IS HEREBY INCORPORATED INTO THE SOLICITATION PURSUANT TO THE AUTHORITIES FAR 52.212-4(C), CHANGES AND FAR 1.108D.

ADDITIONALLY, THE FOLLOWING CLAUSE, FAR 52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019), IS HEREBY INCORPORATED INTO THE CONTRACT PURSUANT TO THE AUTHORITIES FAR 52.212-4(C), CHANGES AND FAR 1.108D.
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 TYMPSTAR PRO FFP MANUFACTURER - GRASON STADLER MFR PART NO - 8108266 TO INCLUDE ONE YEAR MANUFACTURERS WARRANTY BRAND NAME OR EQUAL TO NRP TO INCLUDE SHIPPING FOB DESTINATION TO GROTON, CT 06349 NO QUOTES WILL BE ACCEPTED WITHOUT DFARS 252.225-7000, FAR 52.203-18, 52.209-11 AND 52.225-18. IF AN EQUAL PRODUCT IS PROPOSED THE VENDOR SHALL PROVIDE SPECIFICATIONS FOR THE SAID PRODUCT IN ORDER FOR THE GOVERNMENT TO PERFORM A TECHNICAL REVIEW, OTHERWISE THE QUOTE MAY BE AUTOMATICALLY DISQUALIFIED. SUBMIT SALIENT CHARACTERISTICS LIST, INCORPORATED IN THE SOLICITATION, WITH QUOTE. 2 EA
002 AUDIOSTAR PRO FFP MANUFACTURER - GRASON STADLER MFR PART NO - 8108089 TO INCLUDE ONE YEAR MANUFACTURERS WARRANTY BRAND NAME OR EQUAL TO NRP TO INCLUDE SHIPPING FOB DESTINATION TO GROTON, CT 06349 NO QUOTES WILL BE ACCEPTED WITHOUT DFARS 252.225-7000, FAR 52.203-18, 52.209-11 AND 52.225-18. IF AN EQUAL PRODUCT IS PROPOSED THE VENDOR SHALL PROVIDE SPECIFICATIONS FOR THE SAID PRODUCT IN ORDER FOR THE GOVERNMENT TO PERFORM A TECHNICAL REVIEW, OTHERWISE THE QUOTE MAY BE AUTOMATICALLY DISQUALIFIED. SUBMIT SALIENT CHARACTERISTICS LIST, INCORPORATED IN THE SOLICITATION, WITH QUOTE. 2 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: NO QUOTES WILL BE ACCEPTED WITHOUT DFARS 252.225-7000, FAR 52.203-18, 52.209-11 AND 52.225-18. IF AN EQUAL PRODUCT IS PROPOSED THE VENDOR SHALL PROVIDE SPECIFICATIONS FOR THE SAID PRODUCT IN ORDER FOR THE GOVERNMENT TO PERFORM A TECHNICAL REVIEW, OTHERWISE THE QUOTE MAY BE AUTOMATICALLY DISQUALIFIED. SUBMIT SALIENT CHARACTERISTICS LIST, INCORPORATED IN THE SOLICITATION, WITH QUOTE.
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 Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. 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 will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
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.
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.
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
NAICS The NAICS code is 334510.
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.
ORCA Registration FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company.
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)
252.203-7000 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

Seller Attachment(s): Required

The attachment(s) must include the following non-pricing information: NO QUOTES WILL BE ACCEPTED WITHOUT DFARS 252.225-7000, FAR 52.203-18, 52.209-11 AND 52.225-18. IF AN EQUAL PRODUCT IS PROPOSED THE VENDOR SHALL PROVIDE SPECIFICATIONS FOR THE SAID PRODUCT IN ORDER FOR THE GOVERNMENT TO PERFORM A TECHNICAL REVIEW, OTHERWISE THE QUOTE MAY BE AUTOMATICALLY DISQUALIFIED. SUBMIT SALIENT CHARACTERISTICS LIST, INCORPORATED IN THE SOLICITATION, WITH QUOTE.

Buy Attachment(s)

No. Document Name   Document Size
001 Attachments.docx   18 KB
002 Solicitation.docx   99 KB
003 Solicitation_Amendment.docx   39 KB
004 Salient_Characteristics_List.docx   23 KB