The RFP Database
New business relationships start here

STS Manikin


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

UNFUNDED:
**** THIS IS AN UNFUNDED ITEM, PURCHASE IS PENDING AVAILABILITY OF GOVERNMENT FUNDING****
PLEASE MAKE ALL QUOTE SUBMISSIONS VALID THROUGH SEPTEMBER 30TH 2019. Please indicate all Or Equal (All items requested will accept a meets, exceeds, or an Or Equal item.)
As this is a Department of Defense purchase request, all offered products must comply with the Buy
American Act (FAR Section 25.1 and 25.2) Pending Availability of Funds.
Please make quotes good through 30 September 2019.
Please include Lead Time, Tax ID, DUNS #, and any Shipping charges that may apply.
Award will be based on Lowest Price Technically Acceptable (LPTA)
Delivery shall be FOB Destination:
Kentucky Air National Guard
1101 Grade Lane
Louisville, KY 40213
Description:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for evaluation and solicitation for Commercial Items- as Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures.
This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-2019-01)
Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 750 employees. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration
*** All interested Contractors shall provide a quote for the following:
Background:
All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All items requested will accept an OR EQUAL item.


Item has been posted on GSA Advantage and all GSA pricing will take precedence over Open Market quotes 

Price Schedule:
CLIN 0001 ITTS-TOMM-GEN5 QTY 6 EA
Packages must include:
ITTS Tablet (software includes: evaluation checklists, scenario presets and scenario builder software), extended care operation kit, 1-year warranty, TOMManikin 5 Amp and 10 Amp batteries with smart chargers, onboard fluid fill unit assembly tank, 8 oz simulated blood concentrate, 5 surgical airway neck skins (35 op sites total).
Tactical Operation Medical Manikin Features
•    Industry-leading durability - withstands drops/falls/drags
•    Easy set-up, rapid reset and low maintenance
•    Sturdy steel frame and joints
•    Can withstand 6,000 pounds of direct pressure
•    Weighs between 150-170 lbs. (depending on configuration)
•    Water Resistance Tactical Operation Manikin & remote-control operating system
•    Rugged Softech®, non-leaching skin and extremities
•    Massive bleeding from multiple locations
•    Realistic sucking chest wound (standard on GSW platform)
•    Quick replacement of extremities for flexibility with multiple wound configurations
•    Interchangeable extremities between TOMM platforms (GSW, Blast, Basic, TAMIKIN)
•    Manikin Voice with the ability to upload multiple custom voice tracks in any language
•    Voice tracks can be remotely changed on the fly. Onboard SD card stores up to 16 GB data.
•    Eyes are interchangeable to reflect changing pupil conditions.
•    Onboard battery is a 12v / 5-amp & 10-amp standard nickel metal hydride (NiMH) batteries.
•    Bends and rotates for realistic patient movement at the arms, legs and waist
•    Realistic bilateral rise and fall of chest
•    Remote control allows instructor to control talking, breathing and bleeding and response to interventions
Operational Procedures
•    Tourniquets (peripheral & junctional tourniquets) with onboard sensors
•    Nasopharyngeal and oral airways
•    Surgical airway with realistic bleeding and tissue dissection.
•    Remote controlled breathing rates: Slow, Normal, and Fast
•    Bilateral Needle decompression at either 2nd/3rd intercostal (mid-clavicular), or 5th/6th intercostal (mid-axillary) locations. Onboard sensors detect proper needle placement.
•    Chest seal application
•    Radial pulses in uninjured upper extremities and carotid
•    Variable pulse rate & pressure (Normal, bounding, thready)
•    IO (sternal & tibial) and IV access on uninjured upper extremities.
•    Chest tube placement (bilateral)
•    Heart, lung and bowel sounds - supports use of standard stethoscope
•    Nasogastric tube placement and management
•    IV sleeve features multiple IV sites. Flash seen with successful cannulation; supports infusion of fluids
•    IM sites at shoulder and thigh
•    Packable evisceration (Blast Manikin)
•    Wound packing with realistic bleeding control.
•    Foley catheter placement with urine output

CLIN 0002 Neumann Tackified ITTS-ALS Kit QTY 2 EA
CLIN 0003 ITTS-WW GSW Kit QTY 1 EA


Provisions and Clauses:
The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil
Provisions
52.204-7 System for Award Management
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
As prescribed in 4.2105(a), insert the following provision:
Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)
(a) Definitions. As used in this provision-
"Covered telecommunications equipment or services", "Critical technology", and "Substantial or essential component" have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing-
(1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or
(2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.
(c) Representation. The Offeror represents that-
It □ will, □ will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.
(d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer
(1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);
(2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;
(3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and
(4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).
(End of provision)
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
52.212-1 Instructions to Offerors- Commercial Items
52.212-2 Evaluation- Commercial Items contracting officer may insert provision when evaluating other factors are required
52.212-3 Offerors Representations and Certifications-Commercial Items
52.225-18 Place of Manufacture
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
Clauses
The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract.
FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998),
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil


52.204-10 Reporting Executive Compensation
52.204-13 System for Award Management
52.204-19 Incorporation by Reference of Representations and Certificates
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
52.212-4 Contract Terms and Conditions- Commercial Items
52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g))
52.222-3 Convict Labor (June2003) (E.O. 11755)
52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126)
52.222-21 Prohibition of Segregated Facilities (Feb 1999)
52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246)
52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513)
52.225-1 Buy American Supplies
52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I
52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury)
52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332)
52.216-24 Limitation of Government Liability
52.216-25 Contract Definitization
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Contractors
52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
52.244-6 Subcontracts for Commercial Items
52.247-34 FOB Destination


252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
252.211-7003 Item Unique Identification and Valuation
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012)
252.232-7006 Wide Area WorkFlow Payment Instructions
252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013)
252.225-7048 Export-Controlled Items (Jun 2013)


Clauses incorporated by Full Text


FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION)
(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)(i) 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 (May 2004) (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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)
(ix) 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)).
(x) 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.).
(xi) 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.)
(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).
(xiii) 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.
(xiv) 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)



252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010)
(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR
Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or
Executive orders applicable to acquisitions of commercial items or components.
(1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847
of Pub. L. 110-181).
(14)(i) _X___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL
2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note).
(25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
(26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).
(c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement
Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:
(4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
(5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).
(End of clause)


 



For offers to be considered at a minimum all RFQs must include the following: Completed Representations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Offerors shall submit quotations to 123rd Contracting Office, no later than Monday September 16st, 2019 at 10:00AM EST.FAX quotations shall not be accepted. E-mail quotations shall be accepted at anthony.m.hayden2.mil@mail.mil or glennquetta.d.odom.mil@mail.mil. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Please make all quotes valid through September 30th 2019. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. The point of contact for this solicitation is TSGT Anthony Hayden and SSGT Quetta Odom (502) 413-4617 if any additional information is required.
Evaluation
Award shall be made to the vendor based on lowest priced, technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness.



Anthony M Hayden, Contracting Specialist, Phone (502)413-4617, Email anthony.m.hayden2.mil@mail.mil - Amanda Blackburn, Buyer, Contract Specialist, Phone (502) 413-4030, Email amanda.l.blackburn2.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP