MODIFICATION
65 -- Zoll R-Series Accessories
- Notice Date
- 7/27/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, US Air Forces Central Command/A7K, 380 ECONS, Al Dhafra, 380 ECONS, Al Dhafra AB United Arab Emirates, APO, 09853, United States
- ZIP Code
- 09853
- Solicitation Number
- FA5706-18-Q-8003
- Archive Date
- 8/16/2018
- Point of Contact
- Heeyeun Joo, Phone: 318-484-7066
- E-Mail Address
-
heeyeun.joo@adab.afcent.af.mil
(heeyeun.joo@adab.afcent.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items, being procured in support of a contingency operation, 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; quotations are being requested and a written solicitation will not be issued. The solicitation reference number FA5706-18-Q-8003 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98. This solicitation is for full and open competition, there is no set aside. The associated NAICS is 334510. A firm-fixed price purchase order will be awarded in accordance with FAR Part 13. Vendor shall provide quote as listed below in order to avoid confusion, and return with any other documentation/data as required by this combo synopsis/solicitation. Brand name requirements pertain to this RFQ. Below items requested are manufactured by Zoll. Contract Line Item No. (CLIN) Description Model Number Unit of Measure Quantity 0001 OneStep Training Cable and Electrode. Includes one training cable with CPR sensors and y-connector for simulator connection and one pair of replacement OneStep training CPR A/P electrodes. 8 9 0 0 - 0 1 8 0 EA 3 0002 OneStep Complete Resuscitation Electrode (8 per case) 8 9 0 0 - 0 2 1 4 - 0 1 EA 2 0003 SurePower TM Charging Station 4 Charging bays Multiple chemistry compatible 200 watt capacity Graphic driven user interface RS-232 Communication port *Standard one (1) year warranty 8 0 5 0 - 0 0 3 0 - 0 1 EA 1 0004 Single Bay Charger for the SurePower and SurePower II batteries. 8 2 0 0 - 0 0 0 1 0 0 - 0 1 EA 1 0005 SurePower TM Rechargeable Lithium Ion Battery Pack ▪ 5.8 Ah Capacity ▪ High density lithium ion chemistry ▪ RunTime TM Indicator ▪ Automatic calibration ready ▪ Stores history of use and maintenance 8 0 1 9 - 0 5 3 5 - 0 1 EA 8 0006 Recorder Paper 90 mm Fan Fold, 10 packages 8 0 0 0 - 0 3 0 2 EA 4 0007 Quick Reference Guide for R Series - Pack of 5 9 6 5 0 - 1 0 0 1 - 0 1 EA 1 0008 External Paddle Assembly Apex / Sternum with controls and built-in pediatric electrodes 8 0 0 0 - 1 0 1 0 - 0 1 EA 4 0009 SpO2 LNCS Adult Reusable Sensor (1 each) 8 0 0 0 - 0 2 9 4 EA 4 0010 SpO2 LNCS Extension Cable with DB-9 Connector 8 0 0 0 - 0 3 2 5 EA 4 0011 Replacement 3-lead ECG Patient Cable, 6 ft. (ships standard with EMS M Series) 8 0 0 0 - 0 0 2 5 - 0 2 EA 4 0012 Single Patient Use Pediatric/Adult Airway Adapter, Box ofq10 8 0 0 0 - 0 2 6 0 - 0 1 EA 3 0013 OneStep CPR Cable (Supports Real CPR Help). 8 0 0 9 - 0 7 4 9 EA 4 0014 CAPNO 5 Mainstream CO2 Sensor and Cable 8 0 0 0 - 0 3 1 2 EA 4 0015 Hose, Air, 3 meter, NIBP 8 0 0 0 - 0 6 6 2 EA 5 0016 Cuff, All Purpose, Adult, 23 - 33cm 8 0 0 0 - 1 6 5 1 EA 5 0017 SeeThru CPR Simulator for E Series, R Series, and AEDqPro 8 0 0 9 - 0 7 5 1 - 0 1 EA 1 *** All quotes must reflect FOB Destination. *** ***All quotes must include shipping charges and the approximate date of delivery after receipt of award *** Items shall be shipped to the following address: ATTN: REACHBACK CALIBRATION/FM6912 601 Davy Crockett Rd. BLDG 1534, Bay-A San Antonio, TX 78226 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) EVALUATION FACTORS: In accordance with FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999) and FAR 52.211-6, Brand Name or Equal (Aug 1999), the Government intends to award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factor(s) considered. The following factors shall be used to evaluate quotes: 1. This requirement will be evaluated based on the lowest price technically acceptable. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.207-4 - Economic Purchase Quantity -- Supplies (Aug. 1987) FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.211-6 - Brand Name or Equal (Aug 1999) FAR 52.212-1 - Instructions to Offerors -- Commercial Items (Jan 2017) FAR 52.212-3 - Offeror Representations and Certifications -- Commercial Items (Nov 2017) FAR 52.212-4 - Contract Terms and Conditions-Commercial Items (Jan 2017) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Nov 2017) - 52.204-10 - Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) - 52.219-28 - Post-Award Small Business Program Rerepresentation (Jul 2013) - 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) - 52.222-21, Prohibition of Segregated Facilities (Apr 2015) - 52.222-26, Equal Opportunity (Sep 2016) - 52.222-35, Equal Opportunity for Veteran (Oct 2015) - 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) - 52.222-37, Employment Reports on Veterans (Feb 2016) - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) - 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) FAR 52.225-18 - Place of Manufacture (Mar 2015) FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015) FAR 52.232-35 - Designation of Office for Government Receipt of Electronic Funds Transfer Information (Jul 2013) FAR 52.232-36 - Payment by Third Party (May 2014) FAR 52.247-34 - F.O.B. Destination (Nov 1991) FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) (http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) (http://farsite.hill.af.mil) DFARS 252.204-7011 - Alternative Line Item Structure (Sep 2011) DFARS 252.209-7004 - Subcontracting with firms that are owned or controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.211-7003 - Item Unique Identification and Valuation (Mar 2016) DFARS 252.223-7008 - Prohibition of Hexavalent Chromium (Jun 2013) DFAR 252.229-7000 - Invoices Exclusive of Taxes or Duties (June 1997) DFAR 252.229-7001 - Tax Relief (Sep 2014) DFAR 252.232-7010 - Levies on Contract Payments (Dec 2006) DFARS 252.247-7022 - Representation of Extent of Transportation by Sea (Aug 1992) DFARS 252.247-7023 (Alternate 1) - Transportation of Supplies by Sea (Apr 2014) AFFARS 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.201-9101 - Ombudsman (Apr 2014) **Interested parties must include, with their quote, all of the information stated above and a completed copy of the provision at 52.212-3. Shipping terms will be F.O.B. Destination with inspection and acceptance at destination. Quotes shall be valid for a minimum of 30 days from this solicitation's closing date. Vendors may, at their discretion, provide additional time. The primary point of contact for this solicitation is SSgt Heeyeun Joo. Only electronic quotes are accepted and must be emailed to SSgt Heeyeun Joo at heeyeun.joo@adab.afcent.af.mil no later than 1 August 2018 at 1600hrs Pacific Time Zone. Any questions regarding this requirement must be submitted via email to the above point of contact no later than 27 July 2018 at 1600Hrs Pacific Time Zone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USCENTAF/ECONS380/FA5706-18-Q-8003 /listing.html)
- Place of Performance
- Address: ATTN: REACHBACK CALIBRATION/FM6912, 601 Davy Crockett Rd., BLDG 1534, Bay-A, San Antonio, TX 78226, United States
- Zip Code: 78226
- Record
- SN05011586-W 20180729/180727231346-38253deb697b01563e903e7166f509d4 (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 |