65--MTA MASCAL SITES SUPPLY & EQUIPMENT (примерный перевод: 65 - MTA MASCAL МЕСТА дЛЯ ПОДАЧИ и оборудование) (Соединенные Штаты Америки - Тендер #675779)
Поделиться
Для перевода текста тендера на нужный язык воспользуйтесь приложением:
Доступ к полной информации по данной закупке закрыт. Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации. .
Регистрация
Solicitation Number: PR5659128
Notice Type: Combined Synopsis/Solicitation
Synopsis: Added: Aug 27, 2016 6:20 am Modified: Aug 29, 2016 11:04 pm
Track Changes AMENDMENT NOTICE:This is 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.The solicitation number is PR5659128 and is issued as an invitation for bids (IFB), unless otherwise indicated
herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-90. The associated North American Industrial Classification
System (NAICS) code for this procurement is 339112 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The
solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-09-12 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB
Destination shall be Kabul, null 1001
The U.S. Embassy Abu Dhabi, UAE requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: HEIMLICH CHEST DRAIN VALVE, ITEM 21591 MFR: MOORE MEDICAL, 10, EA;
LI 002: ARGYLE PVC THORACIC CATHETERS STRAIGHT 28 FR/CH (9.3mm) X 20" (51cm) EACH/CASE OF 10, ITEM 15824 MFR: MOORE MEDICAL, 4, EA;
LI 003: TURKEL PNEUMOTHORAX PROCEDURE TRAY, ITEM 14149 MFR: MOORE MEDICAL, 10, EA;
LI 004: THORA-SEAL CHEST DRAINAGE UNIT, ITEM:23602 MFR: MOORE MEDICAL, 10, EA;
LI 005: STAT MANIKIN 310 DELUXE, ITEM:82696 MFR: MOORE MEDICAL, 4, EA;
LI 006: X STAT-30, HEMOSTATIC MEDICAL DEVICE- THREE PACK, NSN: 6510-01-632-9440 MFR: PANAKEIA, 30, EA;
LI 007: SAM PELVIC SLING II, OD STANDARD, PRODUCT # 01250MD, NSN: 6515-01-509-6866 MFR: CHINOOK MEDICAL, 10, EA;
LI 008: ARROW EZ-IO, INTRAOSSEUS VASCULAR ACCESS SYSTEM MFR: ARROW INC WWW.ARROWEZIO.COM, 4, EA;
LI 009: FAST 1 INTRAOSSEUS INFUSION SYSTEM, PRODUCT: 05137PA NSN: 6515-01-536-9363 Page: 2 of 3 MFR: CHINOOK MEDICAL, 4, EA;
LI 010: LMA MAD NASAL-INTRANASAL MUCOSAL ATOMIZATION DEVICE WITH 3ml SYRINGE AND VIAL ADAPTER, EACH/BOX OF 25 MFR: TELEFLEX, 1, EA;
LI 011: Shipping charges (Door-to-door) to the following address:
American Embassy Airport Road (Great Masood Circle) Kabul, Afghanistan PO# STC10016M0784 Post Code: 1001 Attn: Kabul GSO/Shipping and Customs. Email: KabulGSOShipping@state.gov Phone #
0702592504, 0702998494, 1, all;
Solicitation and Buy Attachments
***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 by
using the "Submit a Question" feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, U.S. Embassy Abu Dhabi, UAE intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has
developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of
time for the aforementioned reverse auction. U.S. Embassy Abu Dhabi, UAE is taking this action in an effort to improve both vendor access and awareness of requests and the agency"s ability to
gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at
www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to
www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at
clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the
www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or
FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use.
Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State 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).
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer"s warranty.
Bid MUST be good for 30 calendar days after close of Buy.
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.
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items,
applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and
certifications; 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,
paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed
electronically at https://www.acquisition.gov/far/.
In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and
certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found
at www.sam.gov.
All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications.
New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory,
must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer
approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request.
The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current
applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization
requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed
originally to Buyer as the original licensee authorized to use the software.
(a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This
includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for
the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the
configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and
should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The
Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating
system.
Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the
free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially
transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet
article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems.
The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information
known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of
the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property
of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this
contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination
of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror
must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies
to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will
apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
Additional Info:
www.fedbid.com (b-821512_01, n-201259) Contracting Office Address: 6010 ABU DHABI PL, WASHINGTON, DC 20521
Place of Performance: Kabul, null 1001
1001
AF Point of Contact(s): Name: JOSEPH JOHN, Title: PROCUREMENT AGENT, Phone: 97124142200, Fax: , Email: johnjm@state.gov;
General Information Notice Type: Combined Synopsis/Solicitation
Original Posted Date: August 27, 2016
Posted Date: August 29, 2016
Response Date: September 12, 2016
Original Response Date: September 12, 2016
Archiving Policy: Automatic, on specified date
Original Archive Date: March 11, 2017
Archive Date: March 11, 2017
Original Set Aside: N/A
Set Aside: N/A
Classification Code: 65 -- Medical, dental & veterinary equipment & supplies
Источник закупки
Перейти
Импорт - Экспорт по стране Соединенные Штаты Америки
Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.
Портал отображает информацию о закупках, публикуемых в сети интернет и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей, являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя. На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet, которые нужны для статистики посещения ресурса.