Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2013 FBO #4102
MODIFICATION

65 -- MEDICAL SUPPLIES

Notice Date
2/14/2013
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Community Services Cherry Point, Marine Corps Community Services, Contracting Office, PSC Box 8009, Bldg 400, Cherry Point, North Carolina, 28533, United States
 
ZIP Code
28533
 
Solicitation Number
M00146-13-T-0009
 
Archive Date
3/15/2013
 
Point of Contact
Toni Y. White, Phone: 2524662843
 
E-Mail Address
toni.white1@usmc.mil
(toni.white1@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION IS BEING EXTENDED TO ALLOW THE CLARIFICATION OF THE "KIT" ITEMS OF THIS REQUIREMENT. (MANF: MEDLOG CO) The Marine Wing Headquarters Squadron 2, 2d maw, Marine Corps Air Station, Cherry Point, NC has a requirement for musical instruments. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 M00146-13-T-0009 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62 and DPN 2012-1231. This acquisition is 100% set-aside for small business. The North American Industry Classification System code 339113, with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract brand name or equal, as per the attached provision, for the following equipment: Item 0001 - 20 each, #MED-MRK-A3, Medical Minor Respiration Kit (1-2 casualties) Item 0002 - 40 each, #MED-MBK-B2, Medical Minor Bleeder Kit (2-4 casualties) Item 0003 - 20 each, #MED-MAK-A2, Medical Airway 28FR Kit (1-2 casualties) Item 0004 - 20 each, #TSAK-H, Surgical Airway W/Tracheal Hook Item 0005 - 40 each, #CW6, 6 INCH Control Wrap Item 0006 - 20 each, #PARA-X-IFAK-01A, FIRST Responder Trauma A Insert Item 0007 - 30 each, #MOJO -325-01-REFILL, MOJO Lifesaver Rescue Kit, Version 2 Item 0008 - 30 each, #RDS-PB-0001, Patrol Empty Bag Item 0009 - 6 each, #F-LITC-TN, Foxtrot Litter Item 0010 - 1 each, #TOM-WPTT, Wound Packing and Tourniquet Trainer Item 0011 - 10 each, #07411, Red Training Gun Government Carbine Sliding Stock Item 0012 - 3 each, #710-028, Shadow I Smoke Machine 52.211-6 -- Brand Name or Equal Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Delivery is required within four (4) weeks after receipt of order or sooner. Medical Supplies are to be delivered to Marine Corps Air Station, Cherry Point, NC 28533. The following provisions and addendum apply to this acquisition. FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.211-14 Notice of Priority Rating For National Defense Use. 52.212-2 - Evaluations - Commercial Items Evaluation procedures: Award shall be made to the lowest priced responsible offeror(s), whose offer conforms to the solicitation, and who demonstrates acceptable past performance. Offeror's will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards): i.e., 1.) price; 2.) delivery and 3.) technical compatibility. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. The following clauses and addendum are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph 52.212-5 (b): 52.204-10. Reporting Executive Compensation and First Tier Subcontractor Award, 52.209-6 Protecting the Government Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.232-99 (Dev), Providing Accelerated Payment to Small Business Subcontractors (Deviation) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.211-7003, Item Identification and Valuation 252.225-7036 Alt 1, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests, 252-232-7006, Wide Area Workflow Payment Instructions (i) 252.247-7023 Transportation of Supplies by Sea. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. All quotes must be received no later than 3:00 p.m., Eastern Standard Time, 28 FEB 2013. Point of Contact: Toni Y. White, Purchasing Agent, Phone 252-466-2843, Fax 252-466-3571, Email toni.white1@usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate, Contracting Department Attn: Toni Y. White, code SUL2B Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018 All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d3d74f3ac7b30424dd6d31f27fae9273)
 
Place of Performance
Address: RECEIVING OFFICER, MWHS-2 2D MAW, BLDG 159, BAY DOOR T4, Cherry Point, North Carolina, 28533, United States
Zip Code: 28533
 
Record
SN02988268-W 20130216/130214234702-d3d74f3ac7b30424dd6d31f27fae9273 (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 |
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.