SOLICITATION NOTICE
42 -- Litter Rescue Systems
- Notice Date
- 9/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- ACC - Rock Island - C3 (ACC-RI-C3), Bldg 60, 3rd Floor, Rock Island, IL 52807
- ZIP Code
- 52807
- Solicitation Number
- RCE2J3F2B01927
- Response Due
- 9/13/2012
- Archive Date
- 11/12/2012
- Point of Contact
- Dwayne Haigler, 309-782-2903
- E-Mail Address
-
ACC - Rock Island - C3 (ACC-RI-C3)
(dwayne.r.haigler.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number RCE2J3F2B01927 is issued as a request for quotation (RFQ). The anticipated award date is 18 Sep 2012. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular _2005-60__. This solicitation is a small business set-aside. The Non-Complex Reachback Cell at Rock Island Contracting has a requirement for: 120 assault litters and 30 rescue tactical litters. Litters should facilitate MEDEVAC and CASEVAC operations, deploy in 60 seconds or less and reduce the time needed to reset in case of multiple victims. Litters should also be maneuverable to drag, carry, and vertically lift in low confined areas while weighing less than 7 pounds. They need to meet the standards of the NFPA 1983 2012 edition for litters and extraction removal devices. They should maintain the patient with at least a 5-point harness while maintaining buoyancy for carrying up to 300 pounds. In addition, they should include a class III harness that meets the standards for UL approval. Interested parties who believe they can meet the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB Destination to FOB Sharana Afghanistan, APO AE 09311. Delivery shall be made not later than 35 days after contract award. Offerors are required to submit their quote with enough information for the Government to evaluate the minimum requirements. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 (DEVIATION), SYSTEM FOR AWARD MANAGEMENT REGISTRATION [(a) In compliance with Class Deviation 2012-O0015, the following do not apply to this solicitation/contract: (1) 52.212-1, paragraph (k). (2) 52.212-4, paragraph (t). (3) 52.212-3, introductory paragraph and paragraph (b). (b) Offerors are required to complete 52.212-3 paragraph (c).(c) Deviation clause 52.204-99, System for Award Management Registration, is required and is added/included by addendum.] The following FAR clauses are applicable to this procurement: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-2 Evaluation-Commercial Items (evaluation factors are (i) price, (ii) technical, and (ii) past performance); 52.212-3 Offeror Representations and Certification--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation); 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-6 Authorized Deviations In Clauses; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.211-7003 Alt I Item Identification and Valuation (Jun 2011) Alternate I; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.247.7023 Transportation of Supplies by Sea Alt I. Referenced clauses can be seen at: http://farsite.hill.af.mil. The Government will award a purchase order to the vendor whose offer conforms to the solicitation requirements. All quotes must be valid for 30 days. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representation and Certifications-Commercial Items with its offer. This announcement will close, with quotes due, no later than 4:00 PM (CST)/13 Sep 12. Offers shall be submitted to Dwayne Haigler via email to dwayne.r.haigler.mil@mail.mil. For additional information, please contact MAJ Haigler at 609-782-2903.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7f48a9fad8a972c70e54bf1052526c77)
- Place of Performance
- Address: ACC - Rock Island - C3 (ACC-RI-C3) Bldg 60, 3rd Floor Rock Island IL
- Zip Code: 52807
- Zip Code: 52807
- Record
- SN02875543-W 20120912/120911000616-7f48a9fad8a972c70e54bf1052526c77 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |