The RFP Database
New business relationships start here

Medical Manikins


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

The 21st Contracting Squadron, Peterson Air Force Base (AFB), Colorado announces 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; quotes are being requested and a written solicitation will not be issued.
This solicitation FA2517-19-Q-A052 is being issued as a Request for Quotes (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06, 10 Sep 2019.


This procurement is 100% small business set aside under the North American Industrial Classification System (NAICS) code of 423450, Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers with a size standard of 200 employees.


The Government contemplates soliciting and awarding a Firm Fixed Price (FFP) contract with a Delivery Date by 30 Sep 2019.


Description: The Contractor shall provide 2 medical manikins with the abilities in accordance with Attachment 1. They must also be certified Safe-to-Fly (StF) by the United States Air Force Aeromedical Test Laboratory (AFLCMC/WNUP).
Prospective Contractor quotes shall utilize the Contract Line Item Number (CLIN) structure when preparing quotes.


CLIN 0001- The Contractor shall provide 2 medical manikins with the abilities in accordance with Attachment 1 by 30 Sep 2019.


Anticipated award date: 30 Sep 2019


Delivery terms for all items listed in this solicitation shall be:


FOB Destination to: 34 AES
AF BPN NO MILSBILLS PROCESSES
450 W HAMILTON AVE
PETERSON AFB, CO 80914-2321
United States


The following provisions and clauses apply to this acquisition. All provisions and clauses regulations references are found either in the Federal Acquisition Regulation (FAR); Dept. of Defense Federal Acquisition Regulation Supplement (DFARS); Air Force Federal Acquisition Regulation Supplement (AFFARS) and may be viewed under https://www.acquisition.gov. These applicable provisions and clauses will be incorporated either by reference or in full text and made part of the contract upon award.


Provision FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2015) applies to this solicitation.
Addendum to FAR 52.212-1:


1.    Interested vendors shall fill out Attachment 1, Itemized List of Software/Licenses Pricing Template

Provision FAR 52.212-2(a) Evaluation - Commercial Items (Oct 2014), applies to this solicitation. The Offeror's quote will be evaluated, using one or more of the techniques defined in FAR 13.106-3 in order to determine if it is fair and reasonable. Quotes will be evaluated based on lowest price technically acceptable.
Addendum to FAR 52.212-2:


a. Technical Acceptability: A proposal is considered technically acceptable if it contains all items listed in Attachment 1 for the specified period of performances.

b. Price: Price will be evaluated using Attachment 1 and should contain the offeror's best terms; discounts-rebates; and price.


c. The offeror with the lowest overall total contract price and determined to be technically acceptable will be awarded the contract.


d. The Government reserves the right to award without discussion.


The following FAR/DFARS provisions apply:
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7011, Alternative Line Item Structure
DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons


The following FAR clauses apply:
FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).
(vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).
(viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(ix) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)
(x) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(xi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).
(xii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.)
(xiii) 52.222-54, Employment Eligibility Verification (Jul 2012).
(xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xvi) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.252-6, Authorized Deviations in Clauses
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of Clause)
The following DFARS clauses apply:
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (full text provided at award)
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7002, Requests for Equitable Adjustment
DFARS 252.244-7000, Subcontracts for Commercial Items


The following AFFARS clauses apply:
AFFARS 5352.201-9101, Ombudsman, AFICA/ KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, 719-554-5300, fax 719-554-5299, afica.ks.wf@us.af.mil
AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)


Defense Priorities and Allocations System (DPAS) and assigned rating do not apply.


Submit any questions regarding this RFQ to cody.mclaughlin.1@us.af.mil no later than Tuesday 17 September 2019 by 2:00 p.m. MST.
Request for Quotes (RFQ) are due on or before 18 September 2019, 2:00 p.m. MST.
Your quote must be in writing and signed by an individual with the authority to bind their respective company. All quotes may be emailed to the issuing office:


Emailed to cody.mclaughlin.1@us.af.mil and kathleen.mcconnell.2@us.af.mil
Attachments:
1. Salient Characteristics of Medical Manikins


Cody McLaughlin, Contract Specialist, Phone 7195567986, Email cody.mclaughlin.1@us.af.mil - Kathleen A. McConnell, Contracting Officer, Phone 7195564838, Email usaf21conskmcco@gmail.com

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP