Federal Bid

Last Updated on 03 Jun 2021 at 4 AM
Combined Synopsis/Solicitation
Lansing Michigan

Trauma Kits (MIARNG)

Solicitation ID W912JB-21-Q-0020
Posted Date 03 Jun 2021 at 4 AM
Archive Date 30 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7nf Uspfo Activity Mi Arng
Agency Department Of Defense
Location Lansing Michigan United states 48906

Subject:                                     Trauma Kits MIARNG

Solicitation Number:                W912JB-21-Q-0020

Contract Administrator:           Milagros Isabel-Baez

Email:                                         [email protected]

1.0 INTRODUCTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13, 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 is being issued as a request for quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-03. This is a Total Small Business Set Aside. The NAICS is 339113 and the small business size standard is 750 employees. 

“Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.”

Attached to this request for quote is the following FAR 52.204-24. This clause is incorporated, in full text (Attachment - B). Please review clause and certify that you "will" or "will not" provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument and After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it "does" or "does not" use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. This is a requirement for all new Delivery/Task Orders and Contracts.

2.0 REQUIREMENT: The Michigan Army National Guard (MIARNG) requires replacing and replenishment of medical supplies required in  additional Trauma kits. The requirement is to supply all components listed on Attachment A - Product Specifications. Please see all attachments that have been included in this request for quote for additional information in reference to this requirement. 

3.0 INSTRUCTION TO OFFERORS

3.1 Submission of offers: The CLIN structure shall be the following:

CLIN      Item Description                                                        Qty       U/m 

00001     Trauma Kits                                                                  1          Lot

*please inlude as an attachment a document that contains all items being requested and all extended totals in accordance with the terms and conditions of this request for quote and Attachment - A - Product Specifications.pdf*

Offers shall include business name,business address email and phone number as well as a point of contact, their name, and contact information. DUNS No., Tax ID, and Cage code shall also be included in your quote. Potential contractors shall submit their quote identical to the format used in Attachment A - Product Specifications.pdf. In your quote, pricing shall be firm fixed price. Format should consist of Item no., Item description, Qty, unit of measure, unit price for each component and it is imperative you liist all price totals and extended amounts. Potential offerors shall meet or exceed the quality of each component listed in Attachent A - Product Specification. Quotes must be valid for a minimum of 90 days. Delivery shall be made to the USPFO - MI Warehouse, 3405 N Martin Luther King Jr. Blvd, Lansing, MI 48906. 

Quotes will be considered late unless the Offeror completes the entire submission of the quote before the closing date and time for receipt of quotes under this solicitation. Late quotes may not be eligible for award. Quote submission must be completed by the date and time indicated in this request for quote.

Please note: As applicable, these submission instructions will also apply to any future correspondence related to this solicitation

Offerors must submit signed and dated quotes to [email protected] no later than Monday June 14,  2021 @ 12:30 p.m. Eastern Standard Time. 

3.2 Errors, Omissions, or Ambiguities:

If an Offeror believes the solicitation, including the Statement of Work, contains an error, omission, or ambiguity, or is otherwise unsound, the Offeror shall immediately notify the Contract Administrator and Contracting Officer in writing with supporting rationale prior to the date set for the closing for receipt of quotes.

3.3 False Statements in Offers: Offerors must provide full, accurate, and complete information as required by this solicitation and its attachments. The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

3.4 Attachment C - 52.204.24 Representation of Telecomunications: Contractor shall submit a signed copy of the clause mentioned above. This is a requirement for all new Delivery/Task Orders and Contracts. Please review and sign the attached document that contains clauses and certifies that you “will” or “will not” provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument and After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it “does” or “does not” use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.

4.0 QUESTIONS AND AMENDMENTS: Questions are due no later than Wednesday June 9, 2021 by 12:30 PM Eastern Standard Time.

Answers to questions will be provided to all prospective Offerors. In order to receive responses to questions, please send them directly to [email protected]. Offerors are reminded that the Government will not address any hypothetical questions aimed toward receiving a potential "evaluation decision" from the Government. It is the vendor's responsibility to monitor this solicitation for any amendments. The Government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions. It is the Offeror's responsibility to contact the POC via email to verify the quote is received PRIOR to the date and time set for the due date of this Solicitation.

5.0 ADDITIONAL INFORMATION - BASIS FOR AWARD:

5.1 Evaluation: Quotes must include price, technical capability and past performance information (PPI). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

The following factors shall be used to evaluate offers;

1. technical capability to meet the Government requirement

2.price

3.past performance.

A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Technical capability and past performance, when combined, are approximately equal. The factors will be considered to establish the Best Value. .Technical capability and past performance will be rated as Acceptable or Unacceptable. The Government may award to other than the lowest price quote. The perceived benefits of the higher priced quote with higher quality and/or exceeds specification requirements mayl merit the additional cost. Negative or adverse actions in SAM, FAPIIS or SPRS in the last three years may render your quote unacceptable. All evaluation factors are approximately equal. 

Award may be made without discussions or clarifications and may be awarded based on the information of submitted quote as written. Therefore, vendor must provide complete information in the package for the Government to determine the best value. The Government reserves the right to request minor clarifications. However, the Government may award without requesting clarification or without discussions.

5.2 System for Award Management (SAM): Contractor must have an active registration in www.sam.gov at the time of award.  Vendors are encouraged to verify that their registration is active prior to submitting a quote.  If the prospective awardee is not active in SAM data base at the time of award, the prospective awardee will be allowed (15) calendar days to become registered and active in SAM.  The award will proceed to the next otherwise successful registered and active offeror if the prospective offeror does not become registered and active by the (15) calendar day deadline.  

5.3 Invoice Information: Net 30 Days , FOB Destination, all invoices shall be submitted through Wide Area Work Flow (https://wawf.eb.mil)

5.4 Basis for Award: One award will be made to the responsible Offeror submitting an overall quote that is determined most advantageous to the Government, price and non-price factors considered. The basis for award will be best value to the Government. The Government intends to award to the small business that meets or exceeds the specifications listed and meets the provisions and clauses of the solicitation. The awardee must not have negative or adverse information on FAPIIS or SPRS in the last three years.

Bid Protests Not Available