The RFP Database
New business relationships start here

Medical Equipment Set


Virginia, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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. The solicitation number is Multicam_CLS_Bags_and_Spine_Boards and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-07-22 13:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Ft. Benning, GA 31905The Fort Benning GPC requires the following items, Brand Name or Equal, to the following: LI 001: 6545-01-572-9963 Medical Equipment Set, Combat Lifesaver, 32, EA;LI 002: 6530-01-586-2411 Casualty Immobilization System, 10, EA;LI 003: S6530-01-490-2487 Spine Board - OD Green, 10, EA;Solicitation and Buy Attachments***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, Fort Benning GPC intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Fort Benning GPC is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: 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.The winning seller will receive a Bid Acceptance Notification from Unison Marketplace for use as a formal Purchase Order which will be confirmed with a Government Purchase Card (GPC) number from
the card holder.In responding to this request for quote, you must provide the manufacturer's
name and part numbers AND salient characteristics of the items you are
proposing to sell to the Government. Regardless of the terminology used in
each RFQ ("Brand Name or Equal", or "meet minimum stated specifications),
the information describing what you are offering must be physically written
into the seller's bid specification block. Salient characteristics are
defined as "pronounced features of an item that identify it describe its
size and composition, functional intent, and/or operational capabilities or
limits." When researching product capabilities, you must, as a minimum,
respond with feature for feature comparisons in order for your product to be
technically evaluated for sufficiency. Responses such as "bidding exact
match", "as specified", or cutting and pasting the Government's
specification information into the seller's bid specification block are not
acceptable responses. Offerors who respond in any of the three examples
directly above will be eliminated from the competition without consideration
of their offer. If you are bidding the same product as is being requested,
your seller bid specification should indicate: "Bidding on Manufacturer
(Insert Name) and Part Number (Insert Number). If you are bidding on an "or
equal" product, your seller bid specification must state: Bidding on
Manufacturer (Insert Name) and Part Number (Insert Number), containing the
following salient characteristics (insert salient characteristics). If your
response does not contain all of the required information called out in this
notice, your quote will be determined nonresponsive and will not be
considered for award.Questions and attachments concerning this quote must be submitted via Unison Marketplace. Questions must be submitted no less than 24 hours prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered.BIDS are to be submitted on the Unison Marketplace ONLY or they will not be accepted.The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 252.212-7001 Contract Terms And Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of commercial Items the following clauses in paragraph (b) 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act; and paragraph (c). FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child LaborbCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35 Equal Opportunity for 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer; 52.232-36, Payment by Third Party; 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment; paragraph (d). The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities.SAM Requirement - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.sam.govNew equipment ONLY, NO remanufactured productsFOB Destination CONUS (CONtinental U.S.)Bid MUST be good for 30 days after submission. No partial bids will be accepted.All terms and conditions specified in the offeror's Master BPA still apply. Each BPA call will specify the work to be done for that particular call.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.No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an Ball-or-nothingB basis.Wide Area WorkFlow Payment InstructionsPlease address your questions through the Unison Marketplace 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.

Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822, Email: clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP