To place a bid or register go to Unison Marketplace

View Details for Buy # 994644

General Buy Information

Buy #: 994644  
Solicitation #: FHLDPTMSLF30AUG19A
Buy Description: Medical Training Simulation Equipment
Category: 69 -- Training Aids and Devices
Sub Category: 6910 -- Training Aids
NAICS: 423490 -- Other Professional Equipment and Supplies Merchant Wholesalers
SAM Contract Opportunity: Yes
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 09/06/2019
End Time: 12:30 ET
Seller Question Deadline: No Seller Question Deadline Set
Delivery: 120 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers 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 2 x Demo Dose Medical Kit which includes: the core medications needed for training Paramedics. Practicing with this realistic, Demo Dose Med Kit will reduce medication errors and improve medication administration. This kit is an easy way to organize and administer training medications, resulting in fast turnaround times. The Demo Dose Kit medications have the same administration system used in the field and provide realism value for your training solutions. The kit comes with Essential 30 scenario cards that include instructions for prepping, running and debriefing students. The EMS scenarios provide BLS and ALS level training. Price Must include Shipping and Delivery. Simulaids Item #101-0300 Demo Dose Med. Kit or Equal 2 EA
002 2 x Small Animal BLS Trainer - Dog. Serves both veterinarian and lay persons in the instruction of CPR. Rescue position for administering CPR • Tongue movement for clearing the airway and sealing the oral space • Position for checking femoral pulse • Hand position for compressions • Procedure and depth of compressions • Procedure for rescue breathing via mouth-to-snout * Individual-use airway/lung system to discard the airway after the day’s instruction ends. Dog’s chest rises in proportion to the volume of air instilled. The dog comes in a box with a convenient carry handle, is supplied with 100 airway systems, and has a squeeze bulb for generating femoral pulses. Price must include shipping and delivery. Simulaids ITEM #100-5000 CASPER CPR DOG or Equal. 2 EA
003 10 x Small Animal BLS Trainer - Dog Replacement Lungs. Replacement Lung for CPR animal. Price must include shipping and delivery. Simulaids ITEM #100-5001 REPLACEMENT LUNGS FOR CASPER CPR or Equal. 10 EA
004 2 x Advance Sanitary CPR Dog. The specially designed sanitary airway system provides each learner with a disposable nose piece and one-way valve. The compact electronic light box indicates correct hand position, correct and incorrect compression depth, and correct endotracheal ventilation pressure — or use mouth to- snout ventilations for a visible chest rise. Price must include shipping and delivery. Simulaids ITEM #170-LF01155 ADVANCE SANITARY CPR DOG or Equal. 2 EA
005 2 x Basic Sanitary CPR Dog. The specially designed sanitary airway system provides each learner with a disposable nose piece and one-way valve. Same as the Life/form Advanced Sanitary CPR Dog, but without electronic monitoring or IV capabilities. Includes soft carry case, 10 nosepieces, and three disposable lower airways, endotracheal tube, lubricant, and 12 cc syringe. Price Must include shipping and delivery. Simulaids ITEM #170-LF01156 BASIC SANITARY CPR DOG or Equal. 2 EA
006 10 x Disposable Airways - plastic molded disposable airways for CPR manikin. Price must include shipping and delivery. Simulaids ITEM #170-LF01158 DISPOSABLE AIRWAYS or Equal. 10 EA
007 10 x Replacement Veins for Manikin. rubber replacement veins for adult manikin. Price must include shipping and delivery. Simulaids ITEM #170-LF01179 REPLACEMENT VEINS or Equal. 10 EA
008 10 x Replacement Muzzles for CPR Dog. Price must include shipping and delivery. Simulaids ITEM #170-LF01157 REPLACEMENT MUZZLES or Equal. 10 EA
009 10 x Disposable nose pieces-bag of rubber nose pieces for use with adult CPR manikin. Price Must include shipping and delivery. Simulaids ITEM #170-LF01164 DISPOSABLE NOSEPIECE or Equal. 10 EA
010 2 x 250LB Rescue Dummy - Larger body Rescue body. Added increased durability and flexibility for improved and varied training exercises. Reinforced and tear-resistant joints and the ability for increased mobility. Cable system adds strength and increases flexibility. Ability to extricate body from vehicles, aircraft, or other restricted areas. Price Must Include Shipping and Delivery. Simulaids ITEM #149-1446 RESCUE RANDY LG BODY 250 LB or Equal. 2 EA
011 5 x Rescue Dummy - Added increased durability and flexibility for improved and varied training exercises. Reinforced and tear-resistant joints and the ability for increased mobility. Cable system adds strength and increases flexibility. Ability to extricate body from vehicles, aircraft, or other restricted areas. Price Must Include Shipping and Delivery. Simulaids ITEM #149-1400 RUGGED RESCUE RANDY or Equal. 5 EA
012 5 x Carry Bags for Rescue Dummy - A bag to carry the Full size adult Simulation Manikin. Price must include shipping and delivery. Simulaids ITEM #PP2094 CARRY BAG FOR RANDY or Equal. 5 EA
013 4 x AED Trainer - Allows students to practice realistic device operation using AHA recommended training scenarios. An identical graphical operator interface and complete audio and visual prompts mimic the AED Plus in its look and operation. Screen messages, audible tones, and voice prompts guide the user through all aspects of the rescue from arrival on scene and calling for help, to administering CPR and shock delivery. The convenient handheld remote control for instructor use is preprogrammed with the eight American Heart Association Heartsaver AED training scenarios and offers a manual scenario function, plus “Attach Pads,” “Low Battery,” and “Call for service” simulations. The Training Unit is powered by six “C” cell batteries or an AC adapter. Supplied with training electrode kit, training remote control, AC adapter, hand-held cord, operator manual, administration guide. Price must include shipping and delivery. Simulaids ITEM #101-8008 ZOLL AED TRAINER or Equal. 4 EA
014 10 x AED Trainer Pads - Replacement training electrodes are replacement pads for the training vest. Price must include shipping and delivery. Simulaids ITEM #101-8900 ZOLL TRAINING PAD or Equal. 10 EA
015 2 x ECG Training Vest Manufactured from a flesh-colored fabric with four-lead monitoring capability. The vest can be hooked up to the ECG Simulator and contains a pocket to hold the simulator. The patient or the instructor has access to the rhythm control buttons. Includes the interactive ECG Simulator. The vest contains no electrical energy and is not for defibrillation practice. The vest can be used with manikins. Price must include shipping and delivery. Simulaids ITEM #101-490 ECG TRAINING VEST or Equal. 2 EA
016 1 x Medical Moulage book. Price Must include shipping and delivery. Simulaids ITEM #800-MM001 MEDICAL MOULAGE BOOK or Equal. 1 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: Product Specs and Illustration Required
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 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, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
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
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.
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.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
No Multiple Awards No multiple awards will be made. Quotes received through FedBid 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
AMC-Level Protest Program "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures."
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"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
PALLETIZATION All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
Unfunded Requriement This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
Vendor Questions Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.

Shipping Information

City State   Zip Code
Jolon CA   93928

Seller Attachment(s): Required

The attachment(s) must include the following non-pricing information: Product Specs and Illustration Required

Buy Attachment(s)

No. Document Name   Document Size
There are no attachments.