This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13, SAP, 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.
Notice to Offeror(s):. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
Scope of Work: This project includes the purchase of CPR First Aid Training Kits as specified in Attachment 2.
- All products are required to be TAA and Buy American Act Compliant.
- All items must be placed in and shipped in the clear plastic bag. Bidding suppliers must supply a detailed photo of the training items in the clear plastic bag.
- All shipped containers/boxes must be clearly marked on the outside with the contents name, i.e. “CPR FIRST AID Training Kit”.
- All shipped containers/boxes must not exceed 100 CPR Training kits per container/box.
Please see delivery terms, evaluation for award, and requirements for Brand Name or Equal.
Brand Name or Equal
Vendor may submit quotes for alternate brand name items, provided must meet at the minimum each salient physical, functional, or performance characteristics specified by this solicitation. Vendor MUST provide exactly what they are offering (including make, model and description). Please see Evaluation for Award for details for submission of alternative items. The government will evaluate 'equal' items on the basis of information furnished by the Vendor or identified in the quote and reasonably available to the government. The government is not responsible for locating or obtaining any information not identified in the quote.
PSC: 6545
NAICS: 423450
Set-Aside Requirement: Total Small Business Set-Aside
This solicitation is set aside for a total small business set-aside in the open market. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.
Special Delivery/Installation Instructions
Delivery 30 days ARO. The offeror must provide within its offer the estimated delivery date or the number of days required to make delivery after it receives a purchase order from the buyer.
Delivery Address:
FLETC
1131 CHAPEL CROSSING ROAD
BUILDING 217
BRUNSWICK, GA, 31524
Shipping Condition
Shipping must be free on board (FOB) destination CON US (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
Equipment Condition
New Equipment ONLY; No remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Evaluation for Award -
The Government will award a firm fixed price (FFP) contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation. The following factors shall be used to evaluate offers: price, technical acceptance, and delivery of the item offered to meet the Government’s requirement.
Offeror must present a line-by-line comparison of alternative products using manufacturer name, model/part number, and salient features for all alternative end products. In order to be deemed technically acceptable, offerors must meet all the requirements provided in the solicitation to include, but not limited to, the end-product offered and delivery.
Offeror Attachments (Shall be returned as part of your quote to be considered acceptable).
In addition to providing pricing, Offeror shall include certain non-pricing information as document(s) attached to their quote, so they are received no later than the closing date and time of this RFQ. Attachment(s) can total no more than 20 MB, whether multiple files, or one file, and may be zipped to decrease their size. An Offeror's failure to comply with these terms may result in its quote being determined incomplete and shall not be evaluated.
Items to Return:
1-Vendor must return the RFQ with Attachment 1 (page 3) of this RFQ signed with pricing matrix completed. Vendor must complete the columns for BRAND NAME MAKE AND MODEL OFFERED, UNIT PRICE, and EXTENDED PRICE. Signature implies that the vendor understands the buy terms for the solicitation. Delivery cost must be included in pricing.
2- Vendor shall return a quote on company’s official document that includes SAM.gov’s UEI. Pricing shall be included for the unit pricing and extended pricing to be evaluated.
- A statement is required stating that the offer is TAA and Buy American Act Compliant.
3-Vendor supply a detailed photo of the training items in the clear plastic bag specified under paragraph 6 Product Guidelines.
4- Alternative Brand offer: Vendor shall return any alternative brand name manufacturer’s specification sheets with a line-by-line comparison to the requested brand name’s manufacturer’s specification sheet in order to be evaluated for award. Failure to provide a comparison will make the offer unaccepted and the offer will not be evaluated for award.
E-mail all responses to: Jeffrey.e.redecker@fletc.dhs.gov
Acceptance of an award certifies that the contractor will comply with FAR 52.222-50 Combating Trafficking in Persons by notifying all employees and subcontractors at all levels.