Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2004 FBO #0943
SOLICITATION NOTICE

65 -- Medical Supplies

Notice Date
6/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-Q-0192
 
Response Due
7/5/2004
 
Archive Date
7/20/2004
 
Point of Contact
Tim McLaren, Contracting%25252BAdministrator, Phone 703-343-9200, - Tim McLaren, Contracting%25252BAdministrator, Phone 703-343-9200,
 
E-Mail Address
tj.mclaren@cpa-iq.org, tj.mclaren@cpa-iq.org
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. *****This solicitation, W914NS-04-Q-0192, is issued as a Request for Quotation (RFQ). THIS IS AN ALL OR NONE RFQ. Partial quotes will not be considered for award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-13 and DFARS Change Notice 20020531. The associated NAICS codes are 339113, 339112 and 339111. The Coalition Provisional Authority (CPA), Baghdad, Iraq has a requirement for the following: L/I Item Name Item Description Est. Qty Unit Price Quote 1 EZ-Clean Plus Spill Kit This unique spill kit is custom made to safely and easily pick up body-fluid spills. Each kit contains one hand-sized disposable scooper with detachable flap for easy pick-up; one packet of REDZ, a solidifier and sanitizer that congeals blood, urine, vomit and other water base solutions; one germicidal wipe kit that contains a large absorbent wiper towel and a packet of Sanitize, a germicidal solution that disinfects environmental surfaces and is proven effective against HIV and TB; one Antimicrobial Skin wipe that effectively kills germs; one Biohazard Disposable Infectious Waste bag; and one pair of disposable latex gloves. 200 Each 2 Dolphin Spine Board with Pins Constructed of high-density cross linked polyethylene. Its foam-filled center allows it to float 130 lbs (58.97 kg), making it perfect for water rescues. Guaranteed not to crack, splinter or chip. The convex underside has built-in runners that make the handles easy to grasp. X-ray transparent and ideally suited for CPR and extraction. Lighter than standard wood boards. Specifications: Length: 72" (183 cm) Width: 18" (46 cm) tapers to 14" (35.5 cm) Depth: 2 1/2" (6 cm) Weight: 17 lbs (7.70 kg) Flotation Capacity: 130 lbs (58.97 kg) 35 Each 3 Dyna Med? Spine Board Straps Quick-release buckle; Polypropylene; Swivel speed clip or sewn end loop; 5'L x 2"W (152 x 5 cm); Yellow 35 Each 4 HeadFirst Immobilizer The new HeadFirst Immobilizer from Dyna Med provides firm control of heavy movement and helps maintain proper cervical spine alignment with improved comfort. The HeadFirst Immobilizer can be used in conjunction with almost any spineboard including wood, aluminum, and plastic types. The Velcro fastening makes it fast and easy to use. Adjusts quickly to individual patient contours. Large ear holes permit monitoring for hemorrhage or drainage. Constructed of specially coated closed-cell foam, the HeadFirst Immobilizer is impervious to blood and other fluids, easy to clean, and durable for long service life. Improved design ensures that head straps will not slide off head blocks. It includes universal attachment base with built-in occipital pad, two head blocks, and head straps. 35 Each 5 Philadelphia Adult Sized Cervical Collar This is one of the few collars in the field that has a pre-formed back that conforms to the spine to support the cervical arch. It also supports the head carefully without tilting it from side to side and eliminates rotation because of the head-immobilizer attachment. It can be used alone or in combination with our Halo and Stabilizer devices, to provide the best possible immobilization. The Halo Extrication System is superior in its ability to prevent initial cervical deformation. No tools are necessary for application. The complete unit is X-ray transparent and color-coded for easy assembly and attachment to the stabilizer. The front is beige colored and the back is yellow. 11" x 19" circumference. 35 Each 6 Adtemp V? Digital Thermometer The state of the art in micro digital fever thermometers. Super fast response (rectally in 10 seconds, orally in 18 seconds), beeps when complete; Flexible probe for patient safety; Extra large 23mm x 8mm display; Last reading memory; Water-resistant design; 0F or 0C; Auto off feature to save battery; Range 90 degrees F to 109 degrees F; Integral carry case; Includes 5 probe sheaths (others sold below). 90 Each 7 Dyna Med? CPR Mask with One-Way Valve Deliver CPR without fear of the transmission of infectious disease. Low-resistance valve with a disposable 3M? Filtrate? filter to prevent passage of liquids and secretions; Greater than 99% viral and bacterial filter efficacy; Pre-inflated cuff for an effective seal; Distance to patient allows user to check mouth color, secretions and chest movement; Case available in white or olive drab. 100 Each 8 Dyna Med? Multi-Cuff Blood Pressure/ Stethoscope Kit Be ready for any size victim with this Multi-Cuff Blood Pressure/Stethoscope Kit. Dual head stethoscope with non-chill rim; One-handed blood pressure unit w/ trigger operation for a smooth release; Three cuff sizes for increased versatility (large adult, adult, child); All cuffs have size guide for proper positioning; 300mm Hg no-pin stop mechanism; Tested to 200,000 cycles; Includes nylon case with labeled pockets; 22" PVC tubing. 100 Each 9 Dyna Med? Hydrogel Burn Kit Features Mediburn hydrogel dressings, a selection sure to keep you prepared for most burn emergencies. Individually wrapped dressings are perfect for treating small burns of all severity and large dressings can be cut to fit large and hard to wrap areas. Ideal for EMTs, First Responders, industrial facilities, kitchens and anywhere accidental burns may occur. Gel decreases patient discomfort; Suitable for use on all types of burns and gels; Does not contain Lidocane; Sterile-bacteria static; Non-toxic; Non-irritant; Covered in a water soluble gel; Offers physical protection against contamination; Cools and moistens the burn area; Inhibits burn progression; Minimizes skin damage; Dressings are non-adherent, easy to remove, elastic and able to stretch and flex; Expiration dates and ingredients are printed on each package. 90 Each 10 Dyna Med? Trunk First Aid Kit This water-resistant plastic container was engineered to fit securely and easily into your vehicle?s trunk, protecting contents. Supplies to provide immediate care in medical or trauma emergencies; Includes personal protection kit to prevent contamination from blood or body fluids; Case has removable tray and locking latch; Separate flip-top lid has storage for small items 10-1/4"H x 15-1/2"W x 8"D; Olive drab; Made in USA. 100 Each 11 16? Pedestal Fan 2 or 3 Speed Oscillating pole Fan; 220V 60 Each 12 Mobile Storage Cabinets Heavy Duty 5? Casters (2 Locking); Tru-Glide 3-point locking assembly with satin chrome handles for increased security; Four adjustable heavy gauge steel shelves adjustable on 2? centers; Holds up to 760 lbs, Dimensions: 66?H x 37 ? ? W x 25 ?? D Manufacturer: Lee Metal Products 45 Each 13 Narcotic Cabinet Double Lock, inner & outer door and three adjustable shelves; Constructed of 14 gauge steel inner door. Double-walled outer door; Separate lock on each door, keyed differently; Adjustable shelves; an extra shelf is available to further organize the narcotic cabinet; Reinforced locking plate and mounting holes; Pinned piano hinge prevents pin removal; Adjustable shelves can be sloped by inverting the shelf and lowering the two front shelf clips; Beige enamel finish; Dimensions: 18?W x 24?H x 12?D; Product found on page 192 of the Cata Miranda Catalog; Item Number 3705 30 Each 14 LS200 Procedure Light Superior maneuverability and durability with a three-year warranty; 3,000 hour low-voltage halogen bulbs in dichroic reflectors; Three-lamp design that ensures continuous operation and shadow free illumination; end-user friction adjustments that guarantee drift-free obedient articulation; cool working field and a seven inch spot size with feathered edge definition; compact design that is lightweight and easy to clean; 2,500 foot-candles light output and 3,500 K color temperature with 24-inch working distance. 60 Each 15 Basic Trauma Management Kit For basic trauma treatment this kit provides a full range of equipment and supplies for lightweight transport. The large (27" x 10" x 9 1/2") O2 Cordura Mega Duffel Bag is spacious enough for an oxygen tank, regulator, and accessories in center compartment. Two sewn-on accessory pouches hold first-aid supplies in place. Also has a 2-way zipper and a shoulder strap. Contents include: 1) INFECTION CONTROL- 1 alcohol gel, 1 biohazard bag, 1 pair Excalibur safety glasses. 2) BANDAGES & DRESSINGS- 4 triangular bandages, 2 10" x 30" trauma dressings, 6 each 2" Flexicon rolled gauze, 6 each 4" Flexicon rolled gauze, 25 each 4" x 4" sterile gauze pads, 5 each ABD pads, 3 each 1/2" x 5 yds adhesive tape, 10 each 3/4" x 3" adhesive bandages. 3) EMS EQUIPMENT- 1 SAM splint, 1 blood pressure cuff and stethoscope, 1 5 1/2" Lister bandage scissors, 1 EMS field guide, 1 board splint, 1 ring cutter, 1 nylon holster kit, 1 EMT all-purpose shears, 1 each 5 1/2" Kelly forceps, 1 disposable penlight, 1 Velcro tourniquet, 1 each 4 1/2" splinter clamps, bite stick. 4) EMS SUPPLIES- 1 Insta-Glucose, 1 disposable rescue blanket, 5 disposable instant cold compresses, 2 instant heat compresses, 2 pair latex gloves, 10 Medicaine swabs, 10 antiseptic swabs, 10 ammonia inhalants, 5) AIRWAY MANAGEMENT- 6 airways (sizes 1-6), MDi Micro mask. 16 Each 16 2 Gallon Sharps Container Available 20 per case. 2 gallon container with locking rotor has snap on lid locks. Designed for sharps disposal as well as other types of chemotherapy waste, including IV bags, tubing and syringes. Convenient disposal containers with snap-on lids that lock for final disposal. Sealing gaskets guard against spills. A pad on the bottom of the container absorbs any excess liquid. Unused containers nest inside each other to save valuable storage space. Labeled with "Chemotherapy Waste" label. Made of red polypropylene these containers comply with OSHA regulations for handling sharps 10"W x 9-3/4"H x 6-7/8"D (254mm x 248mm x 175mm) Product found on page 255 of the Cata Miranda catalog. 150 Each 17 Biohazard Bag ? 5 Gallon 5 gallon biohazard bag, 20/roll; 10 rolls/box; The bags are 1.5 mil thick polyethylene. Dimensions: 12-1/2"W x 19-1/2"L x 8"D (318mm x 495mm x 203mm) Product found on page 248 of the Cata Miranda catalog. 15 BOX 18 Blood Glucose Test Strips For testing glucose in whole blood. Results in five seconds. Very small sample required. Easy-to-use. Fingertip or forearm testing. Theft tag may be included inside package. 100 BOX 19 Steel Base Treatment Tables The 32" extra-wide fully padded top of the jumbo treatment table in addition to a steel reinforced H-brace design enables even oversized patients to relax and reduce stress during treatment or examination. The economy treatment tables unique all welded steel base is designed for strength and durability. Vinyl upholstery choice: Ninja. Base Color for Economy table: Cream White. Dimensions: 24?w x 33?H x 72?L Manufacturer: Medline. Product number: MDR731700 ?Economy Treatment Table 20 Each 20 Split Spring Bed Has a rated weight capacity of 500 lbs making it one of the toughest split spring beds on the market. Holds its performance quality through repeated home setups. Comes with a one-year warranty on electro-mechanical components and carries a lifetime warranty on welds. Bed's strength and durability make it the best choice for extended care. Dimensions: Manual 3 crank bed Manufacturer: Medline. Product number: MDR107000 ?Serenity Split Spring Bed?. 50 Each 21 Metal Stacking Chairs Durable metal frames are double welded for outstanding strength, and feature a baked epoxy finish for long-lasting good looks. Two-inch waterfall, foam seat pad and padded chair back are covered in solid colored Ambassador vinyl upholstery that meets health care standards for fire retardancy and sulfide, urine, mildew and staph resistance. Nylon protector glides help prevent seats from tearing when stacked. Chairs with arms have black, waterfall, fiberglass armrests for greater comfort. Dimensions: Armless, Grade 1 Upholstery. Manufacturer: Medline. Product number: MDR811801A 100 Each 22 Folding Transfer Emergency Stretchers Space-saving folding stretcher has frame constructed of 1 1/4" 16 gauge steel tubing, welded 20 gauge steel litter. Folds to just 21". Features 10" conductive casters, four safety strap brackets, and non-marring bumper. Finishes include all stainless steel, chrome and enamel, or all enamel. Dimensions: I.V. rod, stainless steel, telescopic 31?-58?. Manufacturer: Medline. Product number: GDC136 75 Each All costs associated with shipping FOB DESTINATION to Distribution Center 2C, Al-Waleed/Al-Zaitoom Neighborhood shall be included in each line item?s per lot price. There will be no separate line item for shipping. Distribution Center 2C, Al-Waleed/Al-Zaitoom Neighborhood is located at the following GPS coordinates: 38S MB 26628 87263. Delivery is requested 30 days after receipt of order (ARO); Offerors shall propose delivery schedule. The Contracting Officer will evaluate quotes on the basis of information furnished by the offer or offeror identified in the offer and reasonably available to the Contracting Officer. In accordance with Federal Acquisition Regulation 52.216-1 Type of Contract, the Government anticipates award of a firm fixed price contract. Inspection and Acceptance will be performed at the destination/delivery address specified above. In accordance with Federal Acquisition Regulation 52.212-2 Evaluation ? Commercial Items, Offerors should submit with their quotation: (1) Price proposal which shows each proposed unit price and total price for all items; (2) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (MAY 2002), and Alternate I (APR 2002); (3) Contractor?s Dun and Bradstreet (DUNS) number; (4) Contractor?s Cage Code; and (5) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. The following provisions and clauses apply to this acquisition/solicitation: FAR 52.211-16 Variation in Quantity, blanks are completed as follows: (b)1 ?15%?, (b)2 ?0%?, (b)3 ?the total contract quantity?, FAR 52.212-1 Instructions to Offerors ? Commercial Items (OCT 2000); 52.212-2 Evaluation ? Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price(s) of products offered, Quality of products offered; Proposed delivery schedule of products offered and Technical capability of the products offered to meet the Governments requires. Technical, Quality, and Delivery are of equal importance but when combined they are less important than price making price the most important. Lowest price will be the determining factor for award.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders ? Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.216.-18 Ordering, blanks are completed as follows ?contract award? and ?28 Feb 05?; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities with Authorities and Remedies (DEC 2001); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000); FAR 52.232-18 -- Availability of Funds; FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (MAY 1999)]; FAR 52.232-36 Payment by Third Party; FAR 52.233-3 Protest After Award (AUG 1996; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); DFARS 252.204-7004, Required Central Contractor?s Registration (NOV 2001); DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. De-Baathification of Iraqi Society, (a) The contractor shall not employ or subcontract with any persons determined under procedures promulgated by the Iraqi Governing Council to be full members of the Baath Party or affiliated with the organizations set forth at section 2(2) of CPA Memorandum No. 7, Delegation of Authority Under De-Ba?athification Order No. 1, dated November 4, 2003 and therefore prohibited from continued or future employment (hereafter referred to as ?prohibited person?). Contractors shall coordinate with the Ministry of Justice to determine whether particular individuals are ?prohibited persons?.(b) If during contract performance, a person employed by the contractor or subcontractor is determined to be a prohibited person under procedures promulgated by the Iraqi Governing Council, the contractor shall, as appropriate: (1) Terminate the employment of the prohibited person. (2) Terminate the subcontract with the prohibited person as soon as possible consistent with satisfying contract requirements. (c) The contractor shall not display the image or likeness of Saddam Hussein or other readily identifiable members of the former regime or symbols of the Baath Party or the former regime in government buildings or public spaces. (d) Flowdown. The contractor shall include a comparable clause in all subcontracts and require all subcontractors to flow down the clause. (e) The Coalition Provisional Authority Order Number 1, dated 16 May 2003, subject: De-Ba?athification of Iraqi Society and the corresponding implementation plan and delegations of authority can be found at http://cpa-iraq.org. Alternate Dispute Resolution - The parties to this contract agree that swift, inexpensive and amicable resolution of disagreements is in our mutual interest. The parties further agree that Alternative Dispute Resolution (ADR) can contribute significantly to the shared goal of resolving disagreements swiftly and efficiently. Therefore, the parties agree to the non-binding use of ADR in an effort to seek final disposition of disagreements within the time periods set forth below. These time periods are guidelines only and may be altered to fit particular controversies. Amount in Controversy Suggested Resolution Period After Receipt of Written Notice $250,000 or less Not to exceed 60 days $250,001-$1M Not to exceed 90 days Over $1M Not to exceed 180 days The parties agree that any of the following ADR methods may be used at any time during contract performance; mediation, early neutral evaluation, mini-trial, Executive Dispute Resolution Committee consisting of principals of the owner and the builder, Dispute Resolution Board made up of impartial third parties (each party shall select one member and the third shall be selected by the two designated members), and any other non-binding procedure. The parties further agree that the use of ADR is entirely voluntary and nothing is this provision shall affect the rights of either party under the clause entitled ?disputes,? FAR 52.233-1. All interested, responsible firms should submit quotes (Original and Applicable documentation IAW FAR 52.212-2) no later than 5:00 P.M. (Baghdad Time), 05JUL04, to the following email address: tj.mclaren@cpa-iq.org Attn: Mr. Tim McLaren, Coalition Provisional Authority, Baghdad, Iraq. DO NOT SEND ZIP FILES AS THE MAIL SERVER AUTOMATICALLY DELETES THEM. Questions in regards to this quotation should be directed to Mr. Tim McLaren at email tj.mclaren@cpa-iq.org . Faxed quotes will NOT be accepted. Copies of above referenced clauses are available at http://www.arnet.gov/far/ . Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of quotation for submission. Contractors must be registered in the Central Contractor?s Registration database (www.ccr.gov) prior to the award of any Government Contract. This request for quote is issued subject to the availability of funds. All quotes shall be completed in US dollars and written in English. Telephone calls inquiring about this solicitation and/or personal visits to the Baghdad Contracting Office, also in conjunction with this solicitation, will not be accepted. All inquiries must be sent via email to Mr. McLaren's listed email address within the solicitation.
 
Place of Performance
Address: Baghdad, Iraq, APO, AE
Zip Code: 09316
Country: Iraq
 
Record
SN00609846-W 20040626/040624212710 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.