The RFP Database
New business relationships start here

TOMManakins GEN 4


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

TOMManikin GEN4

Solicitation Number: W912K6-16-Q-0080


Notice type: Combine Synopsis/Solicitation


Response Date: September 22, 2017, 10:00 AM EST


Set Aside: Total Small Business


Classification Code: H - Quality Control, Testing, and Inspection


NAICS Code: 339999- All Other Miscellaneous Manufacturing


Subject: The scope of this project is for procurement of TOMManikin GEN 4 (Brand Name Item Only) for the Maryland Army National Guard (MDARNG)


Purpose: Maryland Army National Guard proposes to enter into a Firm-fixed Price contract to procure Two (2) TOMManikin GEN and onsite training on the use and operation of TOMManikin GEN 4.


Synopsis:


"PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED."
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulations (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. Solicitation W912K6-16-Q-0080 is issued as a request for quotation (RFQ). The results of this requirement will be a Firm-Fixed priced (FFP) contract. The right to make no award is reserved in the event it is advantageous to the Government to do so. The RFQ is being conducted as a 100% small business set-aside. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95. This requirement will be awarded on an all or none basis as a commercial item Fixed Price purchase order under procedures on FAR Parts 12 and 13. Offer/Bid must be valid for 30 days.

New Equipment ONLY, NO remanufactured or "gray market" items. All items must be covered by the required manufacturer's warranty. The Contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Government rights with regard to the other terms and conditions of this contract. The Warranty Period shall begin upon final acceptance of all items provided to the Government by the Contractor. FAR Provisions and Clauses applicable to this acquisition can be obtained from the following website, http://farsite.hill.af.mil/.

This is a Brand Name only procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the MDARNG and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box (es).

Description of Requirement(s): Maryland Army National Guard has a requirement for the procurement of various realistic medical manikins to facilitate the simulation of real life scenarios during training events. See Attachment 1. Product Description, for a complete list of the items to be procured. The RFQ is being solicited as Brand Name or Equal as the particular brand names referenced in Attachment 1 and below are essential to the Maryland Army National Guard.


MDARNG Band requires the following item, Brand Name only to the following:


CLIN DESCRIPTION                                                         U/I   QTY PRICE EXT. PRICE
0001 ITTS-GWS-01 GWS TOMManikin GEN 4 GSW
                             Configuration                                         EA 02
0002 ITTS-NET New Equipment Training -Onsite                  EA 01

Total


 


Contract Type and Evaluation Criteria: Contract type is firm-fixed price. Award will be made to the responsive and responsible offeror whose offer results in "Best value" to the government in accordance with FAR 13.106-1 (a) (2), with emphasis on price, technical, past performance, and delivery schedule. The North American Industry Classification System (NAICS) is 339999, All Other Miscellaneous Manufacturing. The small business size standard in number of employee is 500.



Destination/Delivery:
Shipping will be Free on Board (FOB) Destination to:
Maryland Army National Guard
Gunpowder, MD 21010


Period of Delivery: Ten (45) Weeks ARO.


Acceptance Criteria: TOMManikin GEN 4 will be free of damage and fully operational after delivery. No partial shipments unless otherwise specified at the time of order. Helmets must conform to U.S. Military Specifications.


Notes:
Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided.


The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf


Applicable Clauses/Regulations:


52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/


52.252-2, Clauses Incorporated by Reference


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://farsite.hill.af.mil/


52.204-7, System for Award Management.
52.204-13, System for Award Management Maintenance.
52.212-1, Instructions to Offeror -- Commercial applies to this acquisition.
52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price.
Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current.
52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition.
52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition.
52.222-50, Combating Trafficking in Persons
52.233-3, Protest after Award.
52.233-4, Applicable law for Breach of Contract Claim.
52.219-6, Notice of Total Small Business Set-Aside
52.219-13, Notice of Set-Aside Orders
52.219-28, Post Award Small Business Program Representation.
52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interests 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-Cooperation with Authorities and Remedies.
52.222-21, Prohibition of Segregated Facilities.
52.222-26, Equal Opportunity.
52.222-36, Affirmative Action for Workers with Disabilities
52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving.
52.225-13, Restrictions on Certain Foreign Purchases.
52.232-33, Payment by Electronic Funds Transfer
52.225-18, Place of Manufacture
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations
52.232-40-Providing Accelerated Payments to Small Business Subcontractors
52.246-16, Responsibility for Supplies
52.247-34, F.O.B. Destination
252.203-7000, Requirements Relating to Compensation of Former DoD Officials
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7004 Alt A, System for Award Management applies to this acquisition.
252.225-7001, Buy American and Balance of Payments Program
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010, Levies on Contract Payment
252.247-7023, Transportation of Supplies by Sea


Site Visit: No site visit required.


Quotes shall be submitted by email to Mr. Gilberto Resto, Contracting Specialist, at ng.md.mdarng.list.uspfo-arpc@mail.mil; no later than September 22, 10:00 AM EST. Quotes shall be clearly marked RFQ W912K6-16-Q-0080. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ.

Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to Mr. Gilbert Resto at ng.md.mdarng.list.uspfo-arpc@mail.mil no later than September 18, 2017 10:00 AM EST. Questions not received within the allowable time may not be considered.


Point of Contact:
USPFO for Maryland, Contracting Division at ng.md.mdarng.list.uspfo-arpc@mail.mil.


Contracting Office Address:


USP&FO for Maryland,
Purchasing and Contracting Division
301 Old Bay Lane
State Military Reservation
Havre de Grace, Maryland 21078-4003
United States


Primary Point of Contact:


Mr. Gilberto Resto
Contract Specialist
ng.md.mdarng.list.uspfo-arpc@mail.mil


ATTACHEMENT(S):


Attachment 1 - Product Description


Gilberto Resto, Email ng.md.mdarng.list.uspfo-arpc@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP