HomeMy WebLinkAboutInvitation for BidCity of Miami
Invitation for Bid (IFB)
Purchasing Department
Miami Riverside Center
444 SW 2nd Avenue, 6th Floor
Miami, Florida 33130
Web Site Address: http://ci.miami.fl.us/procurement
IFB Number:
Title:
Issue Date/Time:
IFB Closing Date/Time:
Pre -Bid Conference:
Pre -Bid Date/Time:
Pre -Bid Location:
Deadline for Request for Clarification:
Buyer:
Hard Copy Submittal Location:
Buyer E-Mail Address:
Buyer Facsimile:
341290,2
Invitation for Bid for Pharmaceuticals
and Medical Supplies
23-OCT-2012
11/27/2012 @ 11:00:00
None
Wednesday, October 31, 2012 at 5:00 PM
Gonzalez, Yusbel
City of Miami - City Clerk
3500 Pan American Drive
Miami FL 33133 US
YGonzalez@ci.miami.fl.us
(305) 400-5104
Page 1 of 216
Certification Statement
Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and
retain a copy for your files. Prices should include all costs, including transportation to destination. The
City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a
minimum of 180 days following the time set for closing of the submissions.
In the event of errors in extension of totals, the unit prices shall govern in determining the quoted
prices.
We (I) certify that we have read your solicitation, completed the necessary documents, and propose to
furnish and deliver, F.O.B. DESTINATION, the items or services specified herein.
The undersigned hereby certifies that neither the contractual party nor any of its principal owners or
personnel have been convicted of any of the violations, or debarred or suspended as set in section
18-107 or Ordinance No. 12271.
All exceptions to this submission have been documented in the section below (refer to paragraph and
section) .
EXCEPTIONS:
We (I) certify that any and all information contained in this submission is true; and we (I) further certify
that this submission is made without prior understanding, agreement, or connection with any
corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or
service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and
conditions of this solicitation and certify that I am authorized to sign this submission for the submitter.
Please print the following and sign your name:
SUPPLIER NAME.
ADDRESS.
PHONE: FAX:
EMAIL: BEEPER -
SIGNED BY:
TITLE: DATE.
FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISQUALIFY THIS BID.
Page 2 of 216
Certifications
Legal Name of Firm:
Entity Type: Partnership, Sole Proprietorship, Corporation, etc.
Year Established:
Office Location: City of Miami, Miami -Dade County, or Other
Representative's Name (First and Last Name):
Representative's Telephone Number, Email Address, and Fax Number:
Occupational License/Business Tax Receipt Number:
Occupational License/Business Tax Receipt Issuing Agency:
Occupational License / Business Tax Receipt Expiration Date:
Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and
date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert
N/A.
Reference No. 1: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
Reference No. 1: Address, City, State, and Zip for above reference company/agency listed:
Reference No. 1: Name of Contact Person, Telephone Number, and E-mail Address for above
reference no. 1
Page 3 of 216
Reference No. 1: Date of Contract or Sale for above reference no. 1
Reference No. 2: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
Reference No. 2: Address, City, State, and Zip for above reference company/agency listed:
Reference No. 2: Name of Contact Person, Telephone Number, and E-mail Address for above reference
no. 2
Reference No. 2: Date of Contract or Sale for above reference no. 2-
Reference No. 3: Name of Company/Agency for which bidder is currently providing the services/goods
as described in this solicitation, or has provided such services/goods in the past:
Reference No. 3: Address, City, State, and Zip for above reference company/agency listed:
Reference No. 3: Name of Contact Person, Telephone Number, and E-mail Address for above reference
no. 3
Reference No. 3: Date of Contract or Sale for above reference no. 3
1- Balance of Line Percentage Discount (Per Special Condition Section 2.9) - Please indicate the
Percentage Discount, Manufacturer Name, and Catalog or Price List #
2 - Balance of Line Percentage Discount (Per Special Condition Section 2.9) - Please indicate the
Percentage Discount, Manufacturer Name, and Catalog or Price List #
3 - Balance of Line Percentage Discount (Per Special Condition Section 2.9) Please indicate the
Percentage Discount, Manufacturer Name, and Catalog or Price List #
Page 4 of 216
4 - Balance of Line Percentage Discount (Per Special Condition Section 2.9) - Please indicate the
Percentage Discount, Manufacturer Name, and Catalog or Price List #
5 - Balance of Line Percentage Discount (Per Special Condition Section 2.9) - Please indicate the
Percentage Discount, Manufacturer Name, and Catalog or Price List #
6 - Balance of Line Percentage Discount (Per Special Condition Section 2.9) - Please indicate the
Percentage Discount, Manufacturer Name, and Catalog or Price List #
Page 5of216
Line: 1
Description: PHARMACEUTICALS - 0.4% Lidocaine Hydrochloride and 5% Dextrose Injection
(4mg/m1) 250m1, 24 per case, Mfg., Baxtor, Item # 2B0972, OR EQUAL
Category: 26900-00
Unit of Measure: Case
Unit Price: $ Number of Units: 25 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 2
Description: PHARMACEUTICALS - 0.9% Sodium Chloride Injection USP 1000 MLK Bags, 14
per case, Mfg., Baxtor, Item # 2B1324, OR EQUAL
Category: 26900-00
Unit of Measure: Case
Unit Price: $ Number of Units: 4,300 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 3
Description: PHARMACEUTICALS - 10% Calcium Chloride Injection USP lgm (100 mg/ml);
10m1 unit of use Syringe with male Luer Lock Adaptor and 20gauge protected Needle, Mfg.,
Page 6 of 216
Abbot Lab, NDC # 0074-4928-33, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 4
Description: PHARMACEUTICALS - lml Diphenhydramine HCI Injection USP 50mg mini jet
prefilled syringe, Mfg., IMS, NDC # 0548-1390-00, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 5
Description: PHARMACEUTICALS - 2% Lidocaine HCI Injection USP (100mg/5m1) 5m1
prefilled syringe with male Luer Lock Adapter and 20 gauge protected Needle, Mfg., Abbot Lab,
NDC # 0074-4903-34, OR EQUAL
Page 7of216
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 3,500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 6
Description: PHARMACEUTICALS - Actidose Aqua 25 gram )Pediatric), 12 per case. Mfr.
Paddock, NDC 0574-0121-04, OR EQUAL
Category: 26900-00
Unit of Measure: Case
Unit Price: $ Number of Units: 120 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 7
Description: PHARMACEUTICALS - Actidose Aqua 50 gram (Adult). Mfr. Paddock, NDC
0574-01121-76, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $
Number of Units: 600 Total: $
Page 8 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 8
Description: PHARMACEUTICALS - Adenocard, 10X2 ml. Mfr. Astellas, Model No. 8234-12,
OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 9
Description: PHARMACEUTICALS - Adenocard, 10X4 ml. Mfr. Astellas, NDC 00469-8234-14,
OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2,000 Total: $
Manufacturer
Manufacturer Item Number
Page 9 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 10
Description: PHARMACEUTICALS - Adhesive Bandages, plastic, 1 X 3, 100 per box. Mfr:
Moore Brand. Mfr Item # 68189, OR EQUAL
Category: 26900-00
Unit of Measure: Box
Unit Price: $ Number of Units: 1,600 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 11
Description: PHARMACEUTICALS - Albuterol Sulfate, 2.5 mg, Inhalation Solution, 25 per case.
Mfr. Nephron Pharmaceuticals, NDC 0487-9501-25, OR EQUAL
Category: 26900-00
Unit of Measure: Case
Unit Price: $ Number of Units: 1,400 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 10 of 216
Packaging
Line: 12
Description: PHARMACEUTICALS - Amiodarone HCL 50 mg/ml, Mfr. Bedford Lab, Item No.
NDC 55390-0057-01, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2,700 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging.
Line: 13
Description: PHARMACEUTICALS - Ammonia Inhalant Ampules, 0.33 ml, 10 per box. Mfr:
PACC Kit, Mfr Item # 9-001, OR EQUAL
Category: 26900-00
Unit of Measure: Box
Unit Price: $
Number of Units: 750 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 11 of 216.
Line: 14
Description: PHARMACEUTICALS - Ammonia Inhalants, 10/box. Mfr. Certified Safety, Item
#212-005, OR EQUAL
Category: 26900-00
Unit of Measure: Box
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 15
Description: PHARMACEUTICALS - Ammonia Inhalants, 100/box, OR EQUAL
Category: 26900-00
Unit of Measure: Box
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 16
Description: PHARMACEUTICALS - Amsino I.V. Administration Set, 10 Drops, 50 per case,
Item No. 108306, OR EQUAL
Page 12 of 216
Category: 26900-00
Unit of Measure: Case
Unit Price: $ Number of Units: 1,500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar. Days)
Packaging
Line: 17
Description: PHARMACEUTICALS - Amsino I.V. Administration Set, 60 Drops, 50 per case,
Item No. 608306, OR EQUAL
Category: 26900-00
Unit of Measure: Case
Unit Price: $ Number of Units: 75 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 18
Description: PHARMACEUTICALS - Asherman Chest Seals, 10 per box, Mfg. Rusch, Item No.
849100, OR EQUAL
Category: 26900-00
Unit of Measure: Box
Page 13 of 216
Unit Price: $ Number of Units: 175 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 19
Description: PHARMACEUTICALS - Aspirin, Chewable, Adult, 81mg, 36 per bottle. Mfr.
Geri -Care, Item No. 911-36, OR EQUAL
Category: 26900-00
Unit of Measure: Bottle
Unit Price: $ Number of Units: 2,700 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 20
Description: PHARMACEUTICALS - Atropine Sulfate w/ Life Shield Syringe, 0.1 mg / mL in 10
mL syringe, Mfr: Hospira, Mfr Item# 491134, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,400 Total: $
Manufacturer
Page 14 of 216
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 21
Description: PHARMACEUTICALS - Atropine Sulfate, 0.1 mg/ml, 10 per pack, Mfr. Hospira,
NDC 00409-4911-34, OR EQUAL
Category: 26900-00
Unit of Measure: Package
Unit Price: $ Number of Units: 500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 22
Description: PHARMACEUTICALS - Buretrol Sets, Mfr: Baxter, Mfr Item# 2C7519, Supplier
Item# 118-2C7519EA, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 12 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Page 15 of 216
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 23
Description: PHARMACEUTICALS - C4 Midazolam - Versed - 5MG/ML - 2ML Vial - 10/Box,
Mfr: Hospira Worldwide, Inc. Mfr Item # 02308-02. Supplier Item # 371113, OR EQUAL
Category: 26900-00
Unit of. Measure: Box
Unit Price: $ Number of Units: 500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 24
Description: PHARMACEUTICALS - Calcium Chloride 1 gram / 10 mL vial (Box of 25), Mfr:
American Regent Lab, Mfr Item# 271025, OR EQUAL
Category: 26900-00
Unit of Measure: Box
Unit Price: $
Number of Units: 500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 16 of 216
Line: 25
Description: PHARMACEUTICALS - D5W Dextrose Injection USP (5% Dextrose in Water), 250
ml, Mfg., Baxter, Item No. 2B0062Q, OR EQUAL
Category: 26900-00
Unit of Measure: Case
Unit Price: $ Number of Units: 150 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 26
Description: PHARMACEUTICALS - Dextrose 25% in water. NDC 00409-1775-10. Mfr. Hospira,
Item No. 2892610, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 27
Page 17 of 216
Description: PHARMACEUTICALS - Dextrose 50% in water, NDC 00409-4902-34. Mfr. Hospira,
Item No. 2381317, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 8,000 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 28
Description: PHARMACEUTICALS - Dextrose Mini -Bag D5W, 5% 100mL Single Pack. Mfr:
Baxter, Mfr. Item # 2B0087, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,000 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 29
Description: PHARMACEUTICALS - Diazepam 10 mg Auto -Injector, 15 auto -injectors / box.
Mfr: Meridian Medical Technologies, Mfr. Item # 6505-01-274-0951, OR EQUAL
Page 18 of 216
Category: 26900-00
Unit of Measure: Box
Unit Price: $ Number of Units: 500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 30
Description: PHARMACEUTICALS - Diazepam 5mg/ml, Mfg. Hospira, Item #NDC
0409-1273-32,OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,000 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 31
Description: PHARMACEUTICALS - Dopamine, 200 mg, 5% Dextrose, inj., 250 ml. 18 per Case.
Item No. 118-2B0832, OR EQUAL
Category: 26900-00
Unit of Measure: Case
Page 19 of 216
Unit Price: $ Number of Units: 35 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 32
Description: PHARMACEUTICALS - Dramine HCI Injection USP 50mg mini jet prefilled
syringe, Mfg., IMS, NDC # 0548-1390-00, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2,600 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 33
Description: PHARMACEUTICALS - Dudote, Mfr: Meridian Medical, Mfr Item# 11704-620-01,
OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 400 Total: $
Manufacturer
Page 20 of 216
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 34
Description: PHARMACEUTICALS - Epinephrine 1 mg/ml, 25 per package, Mfr.
Abbott/Hospira, NDC 00409-7241-01, OR EQUAL
Category: 26900-00
Unit of Measure: Package
Unit Price: $ Number of Units: 400 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 35
Description: PHARMACEUTICALS - Epinephrine Injection, USP 1:1000 (1 mg/ml) total of 30
ml. NDC# 0548-9061-00, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2,150 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Page 21 of 216
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 36
Description: PHARMACEUTICALS - Epinephrine w/ Life Shield Syringe 1 mg - 0.1 mg/mL
(1:10000), Mfr: Hospira, Mfr. Item # 1492134, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $
Number of Units: 1,400 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 37
Description: PHARMACEUTICALS - Epinephrine, 0.1 mg/ml. Mfr. Hospira, NDC
00409-4921-34, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 4,700 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 22 of 216
Line: 38
Description: PHARMACEUTICALS - Etomidate 20 mg -10 mL Vial - 10/Box, Mfr: Hospira, Mfr
Item # 06695-01, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 39
Description: PHARMACEUTICALS - Furosemide 10 mg / 4 mL vial (Box of 25), Mfr: Hospira,
Mfr Item# 610204, OR EQUAL
Category: 26900-00
Unit of Measure: Box
Unit Price: $ Number of Units: 400 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 40
Page 23 of 216
Description: PHARMACEUTICALS - Furosemide Injection UPS 40mg. (10mg/ml) 4 ml prefilled
syringe with male Luer Lock adapter, Mfg., Abbot Lab, NDC # 0074-9631-04, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $
Number of Units: 2,300 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 41
Description: PHARMACEUTICALS - Glucagen (Glucagon). Mfr. Bedford, NDC 55390-004-01,
OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 42
Description: PHARMACEUTICALS - Glutose Oral Glucose, 15 grams, 3 per pack, 12 packs per
case. Mfr. Paddock Lab, NDC 0574-0069-30, OR EQUAL
Page 24 of 216
Category: 26900-00
Unit of Measure: Case
Unit Price: $ Number of Units: 150 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 43
Description: PHARMACEUTICALS - Lactated Injection UPS 500m1 per bag, 24 per case, Mfg.,
Baxtor, Item # 2B2323Q, OR EQUAL
Category: 26900-00
Unit of Measure: Case
Unit Price: $ Number of Units: 75 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 44
Description: PHARMACEUTICALS - Lidocaine w/ Ansyr Pre -filled Syringe, 2% - 100 mg / 5 mL
pre -filled syringe, Mfr: Hospira, Mfr Item # 132305, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Page 25 of 216
Unit Price: $
Number of Units: 1,200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 45
Description: PHARMACEUTICALS - Magnesium Sulfate, 1 gram/2ml. Mfr. American Regent,
NDC 0517-2602-25, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2,000 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 46
Description: PHARMACEUTICALS - Midazolam HCI (versed) 5mg/ml, Mfr. Baxter, NDC
10019-027-01, OR EQUAL
Category: 26900-00
Unit of Measure: Box
Unit Price: $ Number of Units: 300 Total: $
Manufacturer
Page 26 of 216
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 47
Description: PHARMACEUTICALS - Morphine Sulfate 10 mg/ml, Mfr. Abbott, Item No.
2049-02, OR EQUAL
Category: 26900-00
Unit of Measure: Box
Unit Price: $ Number of Units: 300 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 48
Description: PHARMACEUTICALS - Naloxone HCL (Narcan) 2mg. Mfr. International
Medication Systems, NDC 0548-1469-00, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 4,500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Page 27 of 216
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 49
Description: PHARMACEUTICALS - Nitrostat, 0.4 mg. Mfr. Pfizer, NDC 00071-0418-24, OR
EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 850 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 50
Description: PHARMACEUTICALS - Pneumothorax Emergency Set, Catherer Fr: 8.5, Catherer
Length (cm): 6, Needle gage: 15. Mfr: Cook. Mfr. Part # G13722, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 40 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 28 of 216
Line: 51
Description: PHARMACEUTICALS - Sodium Bicarbonate Inj. 50 mEq, 8.4%. Mfr. Hospira,
NDC 0409-6637-34, OR EQUAL
Category: 26900-00
Unit of. Measure: Each
Unit Price: $ Number of Units: 5,600 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 52
Description: PHARMACEUTICALS - Sodium Chloride 0.9% 500 ML 24 EA/CS. Mfr: Baxter
Healthcare. Mfr Item # 2B1323Q, OR EQUAL
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 250 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 53
Page 29 of 216
Description: PHARMACEUTICALS - Sodium Chloride Inh 3 mL 0.9%, 100 / pk. Mfr: Nephron
Corp, Mfr Item# 639841. Supplier Item # 1142339. NDC# 0487-9301-03, OR EQUAL
Category: 26900-00
Unit of Measure: Box
Unit Price: $
Number of Units: 250 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number.
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 54
Description: PHARMACEUTICALS - Sodium Chloride, 0.9%, 25 per box. Mfr. Abbott/Hospira,
NDC 00409-4888-20, OR EQUAL
Category: 26900-00
Unit of Measure: Box
Unit Price: $ Number of Units: 150 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 55
Description: PHARMACEUTICALS - Sodium Thiosulfate Inj., USP 250 mg/m1/8.4%. Mfr.
American Regent, NDC 0517-5019-01, OR EQUAL
Page 30 of 216
Category: 26900-00
Unit of Measure: Each
Unit Price: $ Number of Units: 150 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 56
Description: MEDICAL SUPPLIES - 0 - Silk on a CT, box; 36 per Box, Mfr: Doctors Supply, Mfr
Item# J260H, Supplier Item# 1126-26008. NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 1 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 57
Description: MEDICAL SUPPLIES - 12 Lead Simulators. Mfr. Physio-Control, Item No.
806395-002, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Page 31 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 58
Description: MEDICAL SUPPLIES - 12-Lead ECG Patient Cable Main, 5' Truck Connector.
Mfr. Physio-Control, Item No. 11110-000111, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 110 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 59
Description: MEDICAL SUPPLIES - 12-Lead ECG Patient Cable, 4-wire limb lead. Mfr.
Physio-Control, Item No. 11110-000102, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 32 of 216
Packaging
Line: 60
Description: MEDICAL SUPPLIES - 12-Lead ECG Patient Cable, 6-lead. Mfr. Physio-Control,
Item No. 11110-000103, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 75 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 61
Description: MEDICAL SUPPLIES - 15" Padded Splint Boards, Mfg. Morrison Medical, Item
No. 660012, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 3,300 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 33 of 216
Line: 62
Description: MEDICAL SUPPLIES - 4" (10cm) Bandage Compress Sterile, non -adherent pad.
Mfr: Dynarex, Mfr Item # 3342, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 250 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 63
Description: MEDICAL SUPPLIES - A.B.H.C. Fresch Scent Waterless 64 Oz. Pump Hand
Sanitizer (Fights MRSA) with Aloe Vera. Manufacturer: Safetec, Manufacturer Item# 17357, OR
EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 64
Page 34 of 216
Description: MEDICAL SUPPLIES - A.B.H.C. Fresh Scent Waterless 8 Oz. Pump Hand Sanitizer
(fights MRSA) with Aloe Vera. Manufacturer: Safetec, Manufacturer Item# 17371 , OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 65
Description: MEDICAL SUPPLIES - Abdominal "Surgi" Pad 8" x 7.5" Sterile, Mfg, Dynerex,
Item # DYN 4410, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 66
Description: MEDICAL SUPPLIES - Abdominal Pads 5 in x 9 in Sterile Dermacea; 36/tr 12tr/cs;
Mfr. Medstorm, OR EQUAL
Page 35 of 216
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 67
Description: MEDICAL SUPPLIES - Accessory Oxygen Pouches. Manufacturer: Safety
International. Manufacturer Item # 61132-380130, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 30 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 68
Description: MEDICAL SUPPLIES - Adult Cuffed Mask, Inflatable. Mfr. Life Support, Item No.
L595060-050, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 5 Total: $
Page 36 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 69
Description: MEDICAL SUPPLIES - Adult SpO2 Sensor (re -usable) LNC DCI. Mfr. Masimo
Corp., Item No. 1863, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 175 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 70
Description: MEDICAL SUPPLIES - Aerosol Adult Oxygen Mask without Tubing, 50 per case.
Mfr. Hudson, Item No. HUD1083, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 200 Total: $
Manufacturer
Manufacturer Item Number
Page 37 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 71
Description: MEDICAL SUPPLIES - Aerosol Pediatric Oxygen Mask without Tubing. Mfr.
Hudson, Item No. HUD1080, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 125 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 72
Description: MEDICAL SUPPLIES - Airway - Non visualized King Airway Kit, Mfr: King
System, Mfr Item# KLTSD414, Supplier Item # 477-KLTSD414EA, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 4
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Total: $
Page 38 of 216
Packaging
Line: 73
Description: MEDICAL SUPPLIES - Airway - Non visualized LMA's Kit; Mfr: Ambu, Mfr Item#
321910000, Supplier Item# 023214, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 4 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 74
Description: MEDICAL SUPPLIES - Airway Kit in a Plastic Case includes sizes 1-6. Mfr: Moore.
Supplier Part # 10840, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 39 of 216
Line: 75
Description: MEDICAL SUPPLIES - Alcohol Prep Pads, Large, Isopropyl Alcohol 70%. Mfr.
Triad Disposable, NDC 50730-3002-0, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 76
Description: MEDICAL SUPPLIES - All Purpose Sheers, Mfr, EMI 7260, Item No. EMI-7260,
OR EQUAL
Category: 46500-00
Unit of Measure: Each
• Unit Price: $ Number of Units: 250 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 77
Description: MEDICAL SUPPLIES - Ambu Medibag Adult, MDI Single Use Resuscitator, 12 per
Page 40 of 216
Case, Mfg. Ambu International, Item No. 45021100, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 51 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 78
Description: MEDICAL SUPPLIES - Ambu SPUR II Pediatric Resuscitator. 450 ml stroke
volume. Packaging: 12 per case, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 79
Description: MEDICAL SUPPLIES - Armboard Disposable Wrist, 3"x9". 50 per case. Mfr.
Medline, Mfr. Item No. NON24293, OR EQUAL
Category: 46500-00
Page 41 of 216
Unit of Measure: Case
Unit Price: $ Number of Units: 159 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 80
Description: MEDICAL SUPPLIES - Ascencia Contour Blood Test Strips. Mfr. Bayer Healthcare.
Mfr Part # 7080A. Packaging: 50 per box, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 340 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 81
Description: MEDICAL SUPPLIES - Ascensia Contour POC Test Strips - 50 per Box.
Manufacturer: Bayer. Manufacturer Item No. 7099C or 7099A, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 1,500 Total: $
Page 42 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 82
Description: MEDICAL SUPPLIES - Ascensia Elite Blood Glucose Test Strips, 24 per Case, Mfg.
Bayer, Item No. 3918A, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 13 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 83
Description: MEDICAL SUPPLIES - Automatic Center Punch. Mfr. EMI-7102, Item No.
EMI-7102, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 250 Total: $
Manufacturer
Manufacturer Item Number
Page 43 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 84
Description: MEDICAL SUPPLIES - Backboard, 100% X-Ray Translucent, Orange. Mfr. Ferno,
Item No. 275111108, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 85
Description: MEDICAL SUPPLIES - Bandage multi -trauma sterile 10 in x 30 in. Mfr: Medstorm.
Item # 16353, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 1
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Total: $
Page 44 of 216
Packaging
Line: 86
Description: MEDICAL SUPPLIES - Bandage, Adhesive, Flexible Fabric. Size: 1" x 3". Mfr.
Kentron Healthcare. Mfr. Part # 880113. Packaging: 100 per box, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 800 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 87
Description: MEDICAL SUPPLIES - Betadine Preps Pads, Mfr: Triad, Mfr Item# 10-3201, OR
EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 2 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 45 of 216
Line: 88
Description: MEDICAL SUPPLIES - Bio-Hazard Red Can Liners, 14.5" X 19", Mfr. Medical
Action, Mfr Item # RD630, OR EQUAL
Category: 96500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 89
Description: MEDICAL SUPPLIES - Bio-Hazard Red Can Liners, 23" X 23", Mfr. Medical
Action, Mfr Item # 130454, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 25 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 90
Description: MEDICAL SUPPLIES - Bio-Hazard Red Can Liners, 33 gal, Mfr. MD Industries,
Page 46 of 216
Mfr Item # CP00039, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 25 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 91
Description: MEDICAL SUPPLIES - Bio-Hazard Red Can Liners, 5 gal, Mfr. Medical Action,
Mfr Item # 9927, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Box
Unit Price: $
Supplier Item Number
Number of Units: 5 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 92
Description: MEDICAL SUPPLIES - Blood Collection Tubes, 4m1, Vacutainer, 100 per pack,
Mfg. Bector Dickinson, Item No. 367861, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Item Number
Number of Units: 300 Total: $
Page 47 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 93
Description: MEDICAL SUPPLIES - Blood Collection Tubes, 6 ml. Serum Separator, Lavender
Top. Mfr. QuadMed. Mfr Part # EDI-3051. Packaging: 100 per box, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 94
Description: MEDICAL SUPPLIES - Blood Collection Tubes, Tiger Top, 100/Box, Mfr: Kendall,
Mfr Item # 8881302106, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $
Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 48 of 216
Packaging
Line: 95
Description: MEDICAL SUPPLIES - Bubble Tubing 1/4" Conductive Tubing width 3/6" bubble
every 3 ft; Mfr: Kendall. Mfr Part # 8888290411, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 13 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 96
Description: MEDICAL SUPPLIES - Cannula Blunt, Sold 100 per Box, Mfr: Becton Dickinson,
Mfr Item# 303345, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 1 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 97
Description: MEDICAL SUPPLIES - Capnoline Plus Adult/Intermediate Micro Steam Smart.
Mfr. Oridion Medical, 25 per box. (Manufacturer Item # 010209), OR EQUAL
Page 49 of 216
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 98
Description: MEDICAL SUPPLIES - Carbon Dioxide CO2 Detector Pediatric, 24 per case,
pedi-cap. Mfr: Nellcor Puritan Bennett Corp. Supplier Part # 4990479, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 99
Description: MEDICAL SUPPLIES - Carpujet Holder, Mfr. Abbott, Item No. 2049-02, OR
EQUAL
Category: 46500-00
Unit of Measure: Each
Page 50 of 216
Unit Price: $ Number of Units: 300 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 100
Description: MEDICAL SUPPLIES - Catheter Intravenous IV 22 Gauge x 1 IN; 50/Bx, 200/Cs
Protectiv-IV; Mfr. SmithsMed. Mfr Part # 3050, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 270 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 101
Description: MEDICAL SUPPLIES - Catheter Intravenous IV Latex Free 14 Gauge x 1.25 IN;
50/Bx, 200/Cs Protectiv-IV; Mfr: SmithsMed. Mfr Part # 3048, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 335 Total: $
Manufacturer
Page 51 of 216
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 102
Description: MEDICAL SUPPLIES - Catheter Intravenous IV Latex Free 16 Gauge x 1.25 IN;
50/Bx, 200/Cs Protectiv-IV; Mfr. SmithsMed. Mfr Part# 3042, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 450 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 103
Description: MEDICAL SUPPLIES - Catheter Intravenous IV Latex Free 18 Gauge x 1.25 IN;
50/Bx, 200/Cs Protectiv-IV; Mfr. SmithsMed. Mfr Part # 3055, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 850 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Page 52 of 216
' Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 104
Description: MEDICAL SUPPLIES - Catheter Intravenous IV Latex Free 20 Gauge x 1 IN;
50/Bx, 200/Cs Protectiv-IV; Mfr. SmithsMed. Mfr Part # 3057, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $
Manufacturer
Number of Units: 250 Total: $
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 105
Description: MEDICAL SUPPLIES - Catheter Intravenous IV Latex Free 24 Gauge x .75 IN;
50/Bx, 200/Cs Protectiv-IV; Mfr. SmithsMed. Mfr Part # 3053, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 290 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order. (Calendar Days)
Packaging
Page 53 of 216
Line: 106
Description: MEDICAL SUPPLIES - Catheter Pediatric Suction with thumb port 6 FR; Mfr:
Dynarex, Mfr Item# 4806, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 25 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 107
Description: MEDICAL SUPPLIES - Catheter Suction Coil. 16 Fr Safe T., 50 per box, Mfr.
Kendall, Item No. 62792, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Box
Unit Price: $
Supplier Item Number
Number of Units: 20 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 108
Description: MEDICAL SUPPLIES - CaviCide 24 oz. spray bottle, 12 bottles/case. Mfr. Metrex,
Item No. 11-1024, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Page 54 of 216
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 109
Description: MEDICAL SUPPLIES - Central venous access Kits Arrow, Triple Lumen; Mfr:
Owens & Minor, Mfr Item# 0455AK15703A, 5 per Case, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 4 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 110
Description: MEDICAL SUPPLIES - Centurion Emesis Bag (EME-BAG). Mfr. Tri-State
Hospital Supply Corp. Packaging: 144 per case, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Page 55 of 216
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 111
Description: MEDICAL SUPPLIES - Chest Tube Kit, Single Lumen, Size 28 French;
Manufacturer: Cook Medical Inc: Mfr Item# G04139, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 112
Description: MEDICAL SUPPLIES - Combitube Rollup Kit, 4 per Case, Mfg. Kendall, Item No.
5-18441, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 244 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Page 56 of 216
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 113
Description: MEDICAL SUPPLIES - Convertor Tiburon 3/4 Sheet, Sterile. Mfr. Cardinal Health,
Item No. 9349, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 114
Description: MEDICAL SUPPLIES - CPAP Carrying Bag, Mfg, Safety International, Item
#759-15139 MIAMI, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Number of Units: 30 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 57 of 216
Line: 115
Description: MEDICAL SUPPLIES - CPAP Mask Kit, Mfg., Caradyne, Item # 202-4-100003-00,
OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,900 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 116
Description: MEDICAL SUPPLIES - Cricothyroidotomy Kit (surgical); Manufacturer:
Engineered Medical, Mfr Item# 301-D4550, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 4 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 117
Page 58 of 216
Description: MEDICAL SUPPLIES - Cricothyroidotomy Kit with Shiley #4; Manufacturer: Cook
Medical Corp, Mfr Item# 62105, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 4 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 123
Description: MEDICAL SUPPLIES - Critikon Protective IV Catheter, 50 per box, 20 Gauge x
1.75", Mfg. SmithsMed, Item No. 05-3056, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 124
Description:. MEDICAL SUPPLIES - Cylinder Hand -Wheel with Chain. Mfr. Allied Health
Products. Mfr. Part # L002-865, OR EQUAL
Page 59 of 216
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 60 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 125
Description: MEDICAL SUPPLIES - Delee Mucus Trap with Neo Safe Bulb, 10Fr, 20 per box.
Mfr. Sherwood Medical, Item No. 888-25726, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 30 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 126
Description: MEDICAL SUPPLIES - Disinfectant 1 gallon bottle; Mfr: Owens & Minor, Mfr
Item# 79002250, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Page 60 of 216
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 127
Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch,
Item No. Macintosh 004802200, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 128
Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch,
Item No. Macintosh 004803300, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Page 61 of 216
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 129
Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch,
Item No. Macintosh 004804400, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 130
Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch,
Item No. Miller 004850050, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 25 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Page 62 of 216
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 131
Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch,
Item No. Miller 004851100, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 40 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 132
Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch,
Item No. Miller 004852200, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 30 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 63 of 216
Line: 133
Description: MEDICAL SUPPLIES - Disposable Laryngoscope Blades, 20 per Box, Mfg. Rusch,
Item No. Miller 004853300, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 40 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 134
Description: MEDICAL SUPPLIES - Disposable Sharps Containers, 20 per case. Mfg. Kendall,
Item No. 8970, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 125 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 135
Page 64 of 216
Description: MEDICAL SUPPLIES - Drape ST Plain 18"x26", Mfg, Dynarex, Item # DYN 4410,
OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 40 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 136
Description: MEDICAL SUPPLIES - Dressing Hemostatic; QuickClot, Item sold by the Box, 5
packs per box, Mfr: Z-Medica LLC, Mfr Item# 102,OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 137
Description: MEDICAL SUPPLIES - Ear & Ulcer Syringe, 2 oz., Mfr. C.R. Bard, Inc., Item No.
0035820, OR EQUAL
Page 65 of 216
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 138
Description: MEDICAL SUPPLIES - EasyCap II by Nelicor 24/case, Adult Size, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 139
Description: MEDICAL SUPPLIES - Economy Limb Holder, Mr. Posey, Item No. 2510, OR
EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 4 Total: $
Page 66 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 140
Description: MEDICAL SUPPLIES - EKG Paper 100MM for LP-11 and LP-12; 18r1/cs; Mfr.
Medstorm. Mfr. Part # 16293, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 141
Description: MEDICAL SUPPLIES - Elasticon 3", Item sold by the box, 6 per box, Mfr:
Hartmann-Conco, Mfr Item# 64210000, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 7 Total: $
Manufacturer
Manufacturer Item Number
Page 67 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 142
Description: MEDICAL SUPPLIES - Electrodes Cardiac Monitor, 4 per pack, 10 packs per box.
Mfr: Conmed, Mfr Item# 1870C-004, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 143
Description: MEDICAL SUPPLIES - Electrodes Foam Adult 3/pk; 84 pk/bs; 2bs/cs; blue sensor;
Mfr. Ambu. Mfr. Part # R-00-S/3, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 68 of 216
Packaging
Line: 144
Description: MEDICAL SUPPLIES - Electrodes, Pediatric, 3/pk, 10pk/box, 20bx/cs Huggable.
Mfr: Conmed, Mfr. Item # 1620-003, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 125 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 145
Description: MEDICAL SUPPLIES - Emergency Obstetrical Kits, Mfg. Boundtree Medical, Item
No. 444003, OR EQUAL
Category: 46500-00
Unit of Measure: Kit
Unit Price: $ Number of Units: 800 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 69 of 216
Line: 146
Description: MEDICAL SUPPLIES - EMS Econ Vac Splint,. Mfr. Microtek Medical, Item No.
82-E2010, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 147
Description: MEDICAL SUPPLIES EMS Econ Vac Splint,. Mfr. Microtek Medical, Item No.
82-E2014, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 35 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 148
Description: MEDICAL SUPPLIES - EMS Econ Vac Splint,. Mfr. Microtek Medical, Item No.
Page 70 of 216
82-E2024, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 149
Description: MEDICAL SUPPLIES - EMS Econ Vac Splint,. Mfr. Microtek Medical, Item No.
82-E2215, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 150
Description: MEDICAL SUPPLIES - Endotracheal Tube Holder Adult, 100 per case. Mfr:
Laerdal. Mfr. Part # 600-10000, OR EQUAL
Category: 46500-00
Page 71 of 216
Unit of Measure: Case
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 151
Description: MEDICAL SUPPLIES - Endotracheal Tube Holder Pediatric/Child 100 per case.
Mfr: Laerdal. Mfr. Part # 600-20000, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 152
Description: MEDICAL SUPPLIES - Endotracheal Tube, 3.0mm, Uncuffed. Mfr. Mallinckrodt,
Item No. 86223-3.0mm, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $
Number of Units: 35 Total: $
Page 72 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 153
Description: MEDICAL SUPPLIES - Endotracheal Tube, 3.5mm, Uncuffed, 10 per box. Mfr.
Rusch, Item No. 100382035-3.5mm,OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 154
Description: MEDICAL SUPPLIES - Endotracheal Tube, 4.0mm, Uncuffed. Mfr. Mallinckrodt,
Item No. 86225-4.0mm, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $
Manufacturer
Manufacturer Item Number
Number of Units: 20 Total: $
Page 73of216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 155
Description: MEDICAL SUPPLIES - Endotracheal Tube, 4.5mm, Uncuffed, 10 per box. Mfr.
Rusch, Item No. 100382045-4.5mm, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 156
Description: MEDICAL SUPPLIES - Endotracheal Tube, 5.0mm, Uncuffed, 10 per box. Mfr.
Rusch, Item No. 100382050-5.0mm, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 74 of 216
Packaging
Line: 157
Description: MEDICAL SUPPLIES - Endotracheal Tube, 5.5mm, Uncuffed, 10 per box. Mfr.
Rusch, Item No. 100382055-5.5mm, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 158
Description: MEDICAL SUPPLIES - Endotracheal Tube, 6.5mm, Cuffed. Mfr. Mallinckrodt,
Item No. 86110-6.5mm, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 75 of 216
Line: 159
Description: MEDICAL SUPPLIES - Endotracheal Tube, 7.0mm, Cuffed. Mfr. Mallinckrodt,
Item No. 86111-7.0mm, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 175 Total: $
Manufacturer
ManufacturerItem Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 160
Description: MEDICAL SUPPLIES - Endotracheal Tube, 7.5mm, Cuffed. Mfr. Mallinckrodt,
Item No. 86112-7.5mm, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 161
Description: MEDICAL SUPPLIES - Endotracheal Tube, 8.0mm, Cuffed. Mfr. Mallinckrodt,
Page 76 of 216
Item No. 86113-8.0mm, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 60 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 162
Description: MEDICAL SUPPLIES - Endotracheal Tubes Stylets; Manufacturer: Teleflex; Mfr
Item# 502507, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 163
Description: MEDICAL SUPPLIES - Endotrol Tracheal Tube 6.0, Manufacturer: Nellcor,
Manufacturer Item # 86349, OR EQUAL
Category: 46500-00
Page 77 of 216
Unit of Measure: Each
Unit Price: $ Number of Units: 425 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging.
Line: 165
Description: MEDICAL SUPPLIES - ETT Tubes sizes 10.0, Mfr: Portex, Mfr Item# 100/100/010,
OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 166
Description: MEDICAL SUPPLIES - ETT Tubes sizes 6.0, 10 per Box, Mfr: Portex, Mfr Item#
100/100/060, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 20 Total: $
Page 78 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 167
Description: MEDICAL SUPPLIES - Exactus II Blood Pressure Manometer without stop pin,
gray. Mfr. Buffalo Medical Specialities, Item No. 21-003, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 40 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 168
Description: MEDICAL SUPPLIES - Eye Flush 30cc bottles, Mfr: Water Jel, Mfr Item# 3001-144,
OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Item Number
Number of Units: 184 Total: $
Page 79 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 169
Description: MEDICAL SUPPLIES - E-Z Infusion Set, 21g, 50 per box. Mfr. Deseret Medical
Inc., Item No. 38-5314-1, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 170
Description: MEDICAL SUPPLIES - E-Z Infusion Set, 23g, 50 per box. Mfr. Deseret Medical
Inc., Item No. 38-5312-1, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 5
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Total: $
Page 80 of 216
Packaging
Line: 171
Description: MEDICAL SUPPLIES - E-Z Infusion Set, 25g, 50 per box. Mfr. Deseret Medical
Inc., Item No. 38-5310-1, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ _ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 172
Description: MEDICAL SUPPLIES - Face Shield with Tyvek Drape, 10"X13", 24 per box. Mfr.
Key Surgical, Item No. KF-4509, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 400 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 81 of 216
Line: 173
Description: MEDICAL SUPPLIES - FilterLine H Set, Infant/Neonatal, 25 per box. Mfr. Oridion,
Item No. 006324, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 30 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 174
Description: MEDICAL SUPPLIES - FilterLine Set, Adult/Pediatric. Mfr. Medtronic, 25 per box,
Item No. 119996-000081, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 175
Description: MEDICAL SUPPLIES - Flex -Guide ETT introducer, Mfr: Green Field, Mfr Item#
Page 82 of 216
GM85110, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 176
Description: MEDICAL SUPPLIES - Fluid Resistant, molded surgical mask, 1800+, Mfr. 3M
Health Care, Item No. 34-7046-5731-0. 50/box, 12 boxes/case, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 177
Description: MEDICAL SUPPLIES - Foley Catheters & Collection Bags; 10 French Pedi, Item
sold by tray. Mfr: Medline Ind., Mfr Item# BRD895710, OR EQUAL
Category: 46500-00
Page 83 of 216
Unit of Measure: Each
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 178
Description: MEDICAL SUPPLIES - Foley Catheters & Collection Bags; 16 French Adult, Item
sold by the case, 10 per case. Mfr: Medline Ind., Mfr Item# DYND11003, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 179
Description: MEDICAL SUPPLIES - Gaskets Nylon 10/PK, 2540; Mfr. Rusch. Supplier Part #
4991808, OR EQUAL
Category: 46500-00
Unit of Measure: Package
Unit Price: $ Number of Units: 2 Total: $
Page 84 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 180
Description: MEDICAL SUPPLIES - Gauze Packing lodoform 1/4 bottle, Mfr: Dynarex, Mfr
Item# 3411, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 181
Description: MEDICAL SUPPLIES - Gauze, non sterile, 4"X4", 8-Ply Surgical Sponges. Mfr.
Dynarex, Item No. 3242, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 350 Total: $
Manufacturer
Manufacturer Item Number
Page 85 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 182
Description: MEDICAL SUPPLIES - Glucose Control Solution Normal for one touch
Ultra/Ultrasmart/Induo; Mfr. Lifescan/Johnson and Johnson. Mfr. Part # 010-458, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 7 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 183
Description: MEDICAL SUPPLIES - Glucose meter system one touch ultra; 4/cs; Mfr. Lifescan /
Johnson and Johnson. Mfr. Part # 020-247. Supplier Part # 65091, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 7
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Total: $
Page 86 of 216
Packaging
Line: 184
Description: MEDICAL SUPPLIES - Glucose test strips for one touch ultra/ultrasmart/Induo
50/bs; 24bx/cs; Mfr. Lifescan/Johnson and Johnson. Mfr. Part # 020-244, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 2 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 185
Description: MEDICAL SUPPLIES - Gown X-Large, White -PE Coated, Elastic Wrist, Full Back,
Stitchless Seams, 50 per Case. Mfr: Precept Medical Products, Inc. Mfr. Item # 51108, NO
SUBSTITUTION
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 10 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 186
Description: MEDICAL SUPPLIES - Handwash, waterless 4 oz bottle, Mfr. Safetec, Mfr Item#
17350, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Number of Units: 90 Total: $
Page 87 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 187
Description: MEDICAL SUPPLIES - Handy wipes bulk Sani-Dex; Mfr: Nice -Pack, Mfr Item#
D43600, Supplier Item# D20300, 100 per Box, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 4 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 188
Description: MEDICAL SUPPLIES - Head Immobilizer Sta-Blok 30/cs. Mfr: Laerdal Medical
Corp., Mfr. Part # 700-00001, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 5,000 Total: $
Manufacturer
Manufacturer Item Number
Page 88 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 189
Description: MEDICAL SUPPLIES - Heimlich Valves, Mfr: Becton Dickinson, Mfr Item# 373460,
OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 12 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 190
Description: MEDICAL SUPPLIES - Hi-D Stick, "Big Stick", Large Bore Suction Tip with
Thumb Control: Mfr. SSCOR. Mfr. Part # 44241C. Packaging: 50 per Case, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 35 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 89 of 216
Packaging
Line: 191
Description: MEDICAL SUPPLIES - Hot Pack disposable, Mfr: Dynarex, Mfr Item# 4516, OR
EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 192
Description: MEDICAL SUPPLIES - Hurricane Topical Anesthetic Spray, Hurrican, 2 oz. Mfr.
Beutlich, NDC 0283-0679-02, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 450 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 90 of 216
Line: 193
Description: MEDICAL SUPPLIES - Hydrogen Peroxide Solution, 16 fi. oz, 12 per case. Mfr.
Aaron Brands, NDC 49580-0300-2, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 550 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 194
Description: MEDICAL SUPPLIES - Infant CPR Bag with cushion mask accumulator and
oxygen tubing. Mfr. Mercury Medical, Item No. 55204, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 195
Description: MEDICAL SUPPLIES - Infant Non-Rebreather High Concentration Mask with 7'
Page 91 of 216
oxygen tubing. Mfr. Rusch, Item No. 395497, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 196
Description: MEDICAL SUPPLIES - Infant/Child Reduced Energy Defibrillation Electrodes for
LIFEPAK 500 AED. Mfr: Physio-Control. Item No. 11101-000016, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 197
Description: MEDICAL SUPPLIES - Inflation System, Blood Pressure Cuff, Adult - 2 tubes. Mfr.
Welch Allyn, Item No. 5082-22, OR EQUAL
Category: 46500-00
Page 92 of 216
Unit of Measure: Each
Unit Price: $ Number of Units: 55 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 198
Description: MEDICAL SUPPLIES - Instant Cold Pac, Deluxe/Rapid Relief. Mfr. Rapid Aid,
Item No. 31359, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 199
Description: MEDICAL SUPPLIES - Instant Ice Compress, cold pack, SM Model, 1 per box., Mfr
Cypress, Mfr. Item # 81853, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 900 Total: $
Page 93 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 200
Description: MEDICAL SUPPLIES - Intravenous IV Dressing Transparent Adult, 100/box,
5box/case. Mfr: Con Med. Mfr. Part # 705-4431, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 102 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 201
Description: MEDICAL SUPPLIES - Intravenous IV Dressing Transparent Junior, 100/box,
5box/case; Mfr: Con Med. Mfr. Part # 705-4432, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Page 94 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 203
Description: MEDICALSUPPLIES - IV set dial -a -flow; Mfr: Amsino Int.; Mfr Item# AFS107, 50
Per Case, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 204
Description: MEDICAL SUPPLIES - IV set ups (Select 3), Mfr: Biomedix, Mfr Item# B10-102,
Supplier Item # 351002, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 55 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 95 of 216
Packaging
Line: 205
Description: MEDICAL SUPPLIES - Laerdal Suction Unit, AC Power Cord. Mfr. Laerdal
Medical. Mfr. Part# 780210, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 25 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 206
Description: MEDICAL SUPPLIES - Laerdal Suction Unit, Bemis Canister Holder. Mfr. Laerdal
Medical. Mfr. Part # 780420, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 225 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 96 of 216
Line: 207
Description: MEDICAL SUPPLIES - Laerdal Suction Unit, Release Arm, Canister Holder. Mfr.
Laerdal Medical. Mfr. Part # 780432, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 25 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 208
Description: MEDICAL SUPPLIES - Lancets 200/bx; 6bx/cs;Accu-Chek Safe-T-Pro; Mfr. Roche
Diagnostics. Mfr. Part # 951. Supplier Part # 8887912, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Box
Unit Price: $
Supplier Item Number
Number of Units: 1 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 209
Description: MEDICAL SUPPLIES - Lifepak 12 Back Pouch. Mfr. Physio-Control, Item No.
11260-000029, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Number of Units: 10 Total: $
Page 97 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 210
Description: MEDICAL SUPPLIES - Lifepak 12 Basic Carrying Case. Mfr. Physio-Control, Item
No. 11260-000030, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 211
Description: MEDICAL SUPPLIES - Lifepak 12 Blood Pressure Cuff, Adult, 14"X42.1". Mfr.
Physio-Control, Item No.11996-00025, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Page 98 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 212
Description: MEDICAL SUPPLIES - Lifepak 12 Blood Pressure Cuff, Pediatric, 14"X37.5". Mfr.
Physio-Control, Item No. 11996-00024, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 30 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 213
Description: MEDICAL SUPPLIES - Lifepak 12 Monitoring Paper. Mfr. Physio-Control. Item
No. 11240-000016, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 3,300 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 214
Page 99 of 216
Description: MEDICAL SUPPLIES - Lifepak 12 Plastic Shield Cover. Mfr. Physio-Control, NO
SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 5 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 215
Description: MEDICAL SUPPLIES - LifePak 15 Edge System Electrodes with Quick -Combo
Connector, Mfr: Physio-Control, Mfr. Item # 11996-000091, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 200 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 216
Description: MEDICAL SUPPLIES - LifePak 15 Kit - Carry. Bag, Main Bag. Mfr: Physio
Control, Mfr. Item # 11577-000002, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Supplier Item Number
Number of Units: 5 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Page 100 of 216
Line: 217
Description: MEDICAL SUPPLIES - LifePak 15 Kit - Carry Bag, Rear Pouch. Mfr. Physio
Control, Mfr. Item # 11260-000039, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Supplier Item Number
Number of Units: 5 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 218
Description: MEDICAL SUPPLIES - LifePak 15 Kit - Top Pouch. Mfr. Physio Control, Mfr. Item
# 11220-000028, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 5 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 219
Description: MEDICAL SUPPLIES - LifePak 15 Li -ION Battery 5.7 AMP Hour Capacity. Mfr:
Physio-Control, Mfr. Item # 21330-001176, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 15 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 101 of 216
Line: 220
Description: MEDICAL SUPPLIES - LifePak 15 Station Battery Charger, Mfr: Physio-Control,
Mfr. Item # 11577-000004, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Supplier Item Number
Number of Units: 2 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 221
Description: MEDICAL SUPPLIES - LifePak 15 Test Load. Mfr: Physio-Control, Mfr. Item #
21330-001365, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Supplier Item Number
Number of Units: 2 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 222
Description: MEDICAL SUPPLIES - LifePak 15 Top Pouch. Mfr: Physio-Control, Mfr. Item #
11220-000028, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Total: $
Page 102 of 216
Line: 223
Description: MEDICAL SUPPLIES - Litmann Master Classic II Syethoscope. Mfr. 3M, Item No.
2143, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 224
Description: MEDICAL SUPPLIES - LMA Unique Emergency Kit, One Size of each 3, 4 and 5.
Mfr: LMA. Mfr. Part # 12200. Supplier Part # 81449, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 8 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 225
Page 103 of 216
Description: MEDICAL SUPPLIES - LNC4 Patient Cable, 4'. Mfr. Masimo Corp., Item No. 2017,
OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Number of Units: 200 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 226
Description: MEDICAL SUPPLIES - Lorazepam 2mg - 1mL Vial - l0Box, Mfr: Hospira, Mfr
Item # 06778-02, Supplier Item # 371100, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 300 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 227
Description: MEDICAL SUPPLIES - LSP Autovent 3000, Product # LSP, OR EQUAL
Category: 46500-00
Page 104 of 216
Unit of Measure: Each
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 228
Description: MEDICAL SUPPLIES - LSP Autovent Disposable Patient Circuit, Adult Size, 10
units per box, Product # LSP 481-150, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 229
Description: MEDICAL SUPPLIES - LSP Oxygen Regulator/Brass. Mfr. Allied Health Products.
Michigan Instrument Item No. L370-220-B, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Number of Units: 40 Total: $
Page 105 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 230
Description: MEDICAL SUPPLIES - LSU Battery. Mfr. Laerdal, Item No. 780400, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 80 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 231
Description: MEDICAL SUPPLIES - LSU Wall Mount with AC Charger. Mfr. Laerdal, Item No.
782210, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Page 106 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 232
Description: MEDICAL SUPPLIES - LSU with Disposable Canister & Patient Tubing. Mfr.
Laerdal, Item No. 780020001, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 30 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 233
Description: MEDICAL SUPPLIES - Magill Endotracheal Catheter Forceps, Adult. Mfr.
American Diagnostic Corp, Item No. 316, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 107 of 216
Packaging
Line: 234
Description: MEDICAL SUPPLIES - Magill Endotracheal Catheter Forceps,Pediatric. Mfr.
American Diagnostic Corp, Item No. 315, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 235
Description: MEDICAL SUPPLIES - Mask, Non-rebreathing Elongated, Pediatric with Safety
Vent. Mfr. Hudson, Item No. 1058, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 30 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 108 of 216
Line: 236
Description: MEDICAL. SUPPLIES - Medium/Standard Laryngoscope Handle, Chrome Dolphin
Handle, 25 per Case, Mfg. Rusch, Item No. 145000, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 237
Description: MEDICAL SUPPLIES - Mediun Concentration, Pediatric Mask, 50 per case. Mfr.
Hudson, Item No. 1035, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 60 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 238
Description: MEDICAL SUPPLIES - Mega Mover 1500 Portable Transport Unit. Mfr. Graham,
Page 109 of 216
Item No. 111500, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 239
Description: MEDICAL SUPPLIES - Mini Perfit Ace Adjustable Extrication Collar, Mfg. Ambu,
Inc., Cat. No. 000281106, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 550 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 240
Description: MEDICAL SUPPLIES - M-LNCS DCI, Adult Reusable Sensor Ref 2501. Mfr:
Physio-Control, Mfr Item # 11171-000046, NO SUBSTITUTION
Category: 46500-00
Page 110 of 216.
Unit of Measure: Each
Unit Price: $ Number of Units: 6
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 241
Total: $
Description: MEDICAL SUPPLIES - Morgan Irrigation lens, Mfr: Mor Tan, Inc., Mfr Item#
MT2000, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 26 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 242
Description: MEDICAL SUPPLIES - Morphine Sulfate 10 mg / mL - lcc single dose vial (Box of
25), Mfr: Baxter, Mfr. Item # 1001917844, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 2 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 111 of 216
Line: 243
Description: MEDICAL SUPPLIES - Myclens spray; Mfr: Unio Springs Pharm. Mfr Item#
90024, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 244
Description: MEDICAL SUPPLIES - Nasal Cannula, Adult, with 7' Oxygen Tubing, 50 per case.
Mfr. Kentron Health Care, Item No. 999308, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 245
Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 12 Fr, 10 per box. Mfr. Rusch,
Page 112 of 216
Item No. 123312-12Fr, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 246
Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 14 Fr, 10 per box. Mfr. Rusch,
Item No. 123314-14Fr, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 247
Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 16 Fr., 10 per box. Mfr. Rusch,'
Item No. 125200-16Fr, OR EQUAL
Category: 46500-00
Page 113 of 216
Unit of Measure: Box
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 248
Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 18 Fr, 10 per box. Mfr. Rusch,
Item No. 123318-18Fr, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 249
Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 20 Fr, 10 per box. Mfr. Rusch,
Item No. 123120-20Fr, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $
Number of Units: 10 Total: $
Page 114 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 250
Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 22 Fr, 10 per box. Mfr. Rusch,
Item No. 123122-22Fr, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 251
Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 24Fr, 10 per case. Mfr. Rusch, Item
No. 123124, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Page 115 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 252
Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 26 Fr, 10 per box. Mfr. Rusch,
Item No. 123126-26Fr, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 45 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 253
Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 28 Fr, 10 per box. Mfr. Rusch,
Item No. 123128-28Fr, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 15 ( Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 116 of 216
Packaging
Line: 254
Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 30 Fr, 10 per box. Mfr. Rusch,
Item No. 123130-30Fr, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit. Price: $ .. Number of Units: 50 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 255
Description: MEDICAL SUPPLIES - Nasopharyngeal Airway 34 Fr, 10 per box. Mfr. Rusch,
Item No. 123134-34Fr, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 35 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 117 of 216
Line: 256
Description: MEDICAL SUPPLIES - Nebulizer Micro Mist with T-Reservoir, 50 per case, Mfg,
Hudson, Item # HUD 1883, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 350 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 257
Description: MEDICAL SUPPLIES - Needle Scalp Vein 19g, 50 per Box, Mfr: Exel, Mfr Item#
26702, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 2 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 258
Description: MEDICAL SUPPLIES - Needle Scalp Vein 23g, 50 per Box, Mfr: Exel, Mfr Item#
Page 118 of 216
26706, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 2 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 259
Description: MEDICAL SUPPLIES - Needle Scalp Vein 25g, 50 per Box, Mfr: Exel, Mfr Item#
26708, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 2 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 260
Description: MEDICAL SUPPLIES - Needles 18g, 100 per box, Mfr: B. Braun, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Page 119 of 216
Unit Price: $ Number of Units: 2 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 261
Description: MEDICAL SUPPLIES - Needles 22g, 100 per box, Mfr: B. Braun, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 2 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 262
Description: MEDICAL SUPPLIES - Needles, 18 gauge (piggyback). Mfr. Termuo Corp., Item
No. 1838R, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Number of Units: 6,500 Total: $
Page 120 of 216
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 263
Description: MEDICAL SUPPLIES - Needles, 21 gauge (intra-muscular). Mfr. Termuo Corp.,
Item No. 2138R, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 4,100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 264
Description: MEDICAL SUPPLIES - NG Tubes 18 French Adult, Mfr: Rusch, Mfr Item#
235200180, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Page 121 of 216
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 265
Description: MEDICAL SUPPLIES - NG Tubes 8 French Pedi, Mfr: Rusch, Mfr Item#
235200080, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time -from Receipt of
Order (Calendar Days)
Packaging
Line: 266
Number of Units: 10 Total: $
Description: MEDICAL SUPPLIES - NIBP Cuff - Reusable, Child. Mfr: Physio-Control, Mfr
Item # 11160-000003, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 267
Number of Units: 4 Total: $
Description: MEDICAL SUPPLIES - NIBP Cuff - Reusable, Large Adult. Mfr: Physio-Control,
Page 122 of 216
Mfr Item # 11160-000007, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Supplier Item Number
Number of Units: 4 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 268
Description: MEDICAL SUPPLIES - Nonin Pulse Oximeter 9550 ONYX II w/case; 12/bs; Mfr.
Part # Nonin. Mfr. Part # 9950. Supplier Part # 33002, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Number of Units: 5 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 269
Description: MEDICAL SUPPLIES - Non-Rebreathable Oxygen Mask, Adult Size, Elongated
with Safety Vent, 50 per case, Mfg. Hudson RCI, Item No. 1059, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 375 Total: $
Manufacturer
Manufacturer Item Number
Page 123 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 270
Description: MEDICAL SUPPLIES - Obstetrical OB Kit poly bagged with scapel; Mfr: Busse.
Mfr Part # 388. Supplier Part# 68221, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 75 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 271
Description: MEDICAL SUPPLIES - Orapharyngeal Airways, 100mm. Mfr. Berman, Item No.
8400#0-100mm, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,900 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 124 of 216
Packaging
Line: 272
Description: MEDICAL SUPPLIES - Orapharyngeal Airways, 40mm. Mfr. Berman, Item No.
8400#0-40mm, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 450 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 273
Description: MEDICAL SUPPLIES - Orapharyngeal Airways, 50mm. Mfr. Berman, Item No.
8400#1-50mm. Packaged in bag bulk of 50 or more will be accepted. OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 250 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 125 of 216
Line: 274
Description: MEDICAL SUPPLIES - Orapharyngeal Airways, 60mm. Mfr. Berman, Item No.
8400#2-60mm, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 375 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 275
Description: MEDICAL SUPPLIES - Orapharyngeal Airways, 80mm. Mfr. Berman, Item No.
8400#3-80mm, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 2,200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 276
Description: MEDICAL SUPPLIES - Orapharyngeal Airways, 90mm. Mfr. Berman, Item No.
Page 126 of 216
8400#4-90mm, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,900 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 277
Description: MEDICAL SUPPLIES - Otoscope/Ophthalmoscope set pocket with case AA Battery
handle 511. Mfr. ADC, Mfr Part # 5110, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Set
Unit Price: $
Supplier Item Number
Number of Units: 5 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 278
Description: MEDICAL SUPPLIES - Oxygen Cannula with 7" Tubing STD Nasal Tip, Mfg,
Hudson, Item # HUD 1103, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Case.
Unit Price: $
Supplier Item Number
Number of Units: 1 Total: $
Delivery Time from Receipt of
Page 127 of 216
Order (Calendar Days)
Line: 279
Description: MEDICAL SUPPLIES - Oxygen Mask Adult Medium Concentration, 50 per case,
Mfg, Hudson, Item # HUD 1041, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 280
Description: MEDICAL SUPPLIES - Oxygen Pigtail, Non -Conductive Connecting Tube with
female molded connection, 5mmX1.8m, 50 per case. Mfr. Tyco Healthcare, Item No. 8888-301515,
OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 128 of 216
Line: 281
Description: MEDICAL SUPPLIES - Oxygen Pressure Regulator, Rhino Model, all brass
construction, Mfg. Life Support Products, Item No. L370-220-B, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 40 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 282
Description: MEDICAL SUPPLIES - Oxygen Regulator, CGA, 540 with Handnut. Mfr. Michigan
Instruments, Item No. 11117, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 283
Page 129 of 216
Description: MEDICAL SUPPLIES - Oxygen Supply Tubing, 7', 50 per case. Mfr. Hudson, Item
No. 1115, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 284
Description: MEDICAL SUPPLIES - Particulate Respirator Mask N95, Large. Mfr. 3M Health
Care, Item NO. 8210, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 400 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 285
Description: MEDICAL SUPPLIES - Particulate Respirator Mask N95, Small, 20 per box, 6 boxes
per case. Mfr. 3M Health Care, Item NO. 1860S, OR EQUAL
Page 130 of 216
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 25 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 286
Description: MEDICAL SUPPLIES - Pediatric EDGE System RTS Electrodes with
QUICK -COMBO Connector for LIFEPAK 12. Mfr: Physio-Control. Item No. 11996-000093, OR
EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 288
Description: MEDICAL SUPPLIES - Pedi-pac Pediatric Immobilization Device with case. Mfr.
Ferno, Item No. 78, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Page 131 of 216
Unit Price: $ Number of Units: 5 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 289
Description: MEDICAL SUPPLIES - Pelican Case, 1 per box, Mfg. Pellican Products, Item No.
1500 (orange),OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 30 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 290
Description: MEDICAL SUPPLIES - Pelican Case, 1 per box, Mfg. Pellican Products, Item No.
1550 (silver), OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 25 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 132 of 216
Packaging
Line: 291
Description: MEDICAL SUPPLIES - Pelican Case, 1 per box, Mfg. Pellican Products, Item No.
1550 (yellow), OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 120 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 292
Description: MEDICAL SUPPLIES - Pelican Case, 1 per box, Mfg. Pellican Products, Item No.
1600 (black), OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 133 of 216
Line: 293
Description: MEDICAL SUPPLIES - Penlight with Pupil Gauge, 6 per box. Mfr. Moore Medical,
Item No. 81238, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 70 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 294
Description: MEDICAL SUPPLIES - Perfit Ace Adjustable Extrication Collar, Mfg. Ambu, Inc.,
Cat. No. 000281100, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 11,500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 295
Description: MEDICAL SUPPLIES - Plastic Disposable Bite Stick, 10 per box, Mfg. American
Page 134 of 216
Diagostic, Item #4010T, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time.from Receipt of
Order (Calendar Days)
Packaging
Line: 296
Description: MEDICAL SUPPLIES - Pocket Mask/CPR Barrier Device, Adult. Mfr. Laerdal,
Item No. 820019, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 300 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 297
Description: MEDICAL SUPPLIES - Pocket Mask/CPR Barrier Device, Pediatric. Mfr. Laerdal,
Item No. 820050, OR EQUAL
Category: 46500-00
Page 135 of 216
Unit of Measure: Each
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 299
Description: MEDICAL SUPPLIES - Positive End - Expiratory Pressure Valves, Manufacturer:
Ambu, Mfr. Item# 199003020, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 300
Description: MEDICAL SUPPLIES - Povidone-iodine Swab, 1/2 cc, #132PV, 10 per box. Mfr:
Cardinal, Mfr Item # 24012, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 700 Total: $
Page 136 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 301
Description: MEDICAL SUPPLIES - Povidone-iodine USP Prep Pad, 2 X 2 Medium. Mfr.
Medline, Mfr Item # MDS 093917, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 700 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 302
Description: MEDICAL SUPPLIES - Pressure Infusion for 1000 ml packs. Mfr. David Clark,
Item No. P/N 18565G-OZ, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 30 Total: $
Manufacturer
Manufacturer Item Number
Page 137 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 303
Description: MEDICAL SUPPLIES - Pre -Surgical Skin, PVP-I Prep Pads. Mfr. Triad Disposable,
NDC 50730-3201-1, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 304
Description: MEDICAL SUPPLIES - Professional Deluxe Aneroid Sphygmomanometer, Adult,
Black. Mfr. Moore Medical, Item No. 66314, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 600 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 138 of 216
Packaging
Line: 305
Description: MEDICAL SUPPLIES - Professional Deluxe Aneroid Sphygmomanometer, Child,
Black. Mfr. Moore Medical, Item No. 66316, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 306
Description: MEDICAL SUPPLIES - Professional Deluxe Aneroid Sphygmomanometer, Infant,
Black. Mfr. Moore Medical, Item No. 66315, OR EQUAL.
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 75 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 139 of 216
Line: 307
Description: MEDICAL SUPPLIES - Professional Lightweight Stethoscope, Size 22", Adult. Mfr.
Kentron, Item No. 711412, OR EQUAL
Category: 46500-00
- Unit of Measure: Each
Unit Price: $ Number of Units: 250 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 308
Description: MEDICAL SUPPLIES - Professional Lightweight Stethoscope, Size 22", Infant. Mfr.
Kentron, Item No. 711411, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 309
Description: MEDICAL SUPPLIES - Pulse Oximeter Palmsat 2500 w/sensor - w/o Alarms & w/o
Carry Case; Mfr. Nonin. Mfr Part # 2500AA, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 4 Total: $
Page 140 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 310
Description: MEDICAL SUPPLIES - Purell Foam Sanitizer - TFX Refill 1200 ml. Mfr. Gojo
Industries. Mfr. Part # 5392-02. Packaging: 2 refills per case, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 650 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 311
Description: MEDICAL SUPPLIES - Purell Instant Hand Sanitizer. Size: 4.0 Ounce Squeeze
Bottle. Color: Clear. Mfr. Gojo Industries. Mfr. Part # 9651. Packaging: 24 per Case, OR
EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $
Number of Units: 175 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 141 of 216
Packaging
Line: 312
Description: MEDICAL SUPPLIES - Pure11 TFX Touch Free Dispenser. Manufacturer: Gojo
Industries. Manufacturer Item # 2720-12, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 250 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 313
Description: MEDICAL SUPPLIES - Quik-Combo 12-Lead Patient Simulator. Mfr.
Physio-Control, Item No. 11200-000005, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 142 of 216
Line: 314
Description: MEDICAL SUPPLIES - Quik-Combo with Redi Pak Electrodes. Mfr.
Physio-Control, Item No. 11996-000017 - Adult, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 3,750 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar. Days)
Packaging
Line: 315
Description: MEDICAL SUPPLIES - ResQ Pod Circulator Enhancer. Mfr. ACSI, Item No.
12-0242-000, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 316
Description: MEDICAL SUPPLIES - Restraint strap disposable orange 1 piece 9 FT 48/cs 1393;
Page 143 of 216
Mfr. Dick Medical. Mfr. Part # 13920R-36, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 317
Description: MEDICAL SUPPLIES - Restraint strap disposable orange; 2 piece 5 ft 36/cs; loop
end and plastic side release buckle; Mfr: Medstorm. Supplier Part# 16685, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 318
Description: MEDICAL SUPPLIES - Ring Cutter. Mfr. Magnum Medical, Item No. 10-4130, OR
EQUAL
Category: 46500-00
Page 144 of 216
Unit of Measure: Each
Unit Price: $ Number of Units: 320 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 319
Description: MEDICAL SUPPLIES - Safety Lancet. Mfr. Surgilance, Item No. SLN300, OR
EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 320
Description: MEDICAL SUPPLIES - Safety Prep Razors, 50 per box, Mfg. Galiant, Item # 67101,
OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $
Number of Units: 40 Total: $
Page 145 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 321
Description: MEDICAL SUPPLIES - Scalpel blades #10 with handles disposable box of 10; Mfr:
Dynarex, Mfr Item# 4110, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Supplier Item Number
Number of Units: 4 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 322
Description: MEDICAL SUPPLIES - Scalpel blades #11 with handles, disposable, Mfr: Becton
Dickinson, Mfr Item# 372611, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Supplier Item Number
Number of Units: 4 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 323
Description: MEDICAL SUPPLIES - Scrub brush sterile; Mfr: Medline, Mfr Item#
Page 146 of 216
DYND3716032, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 30 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 324
Description: MEDICAL SUPPLIES - Multi -Purpose Sharp Container Large, 5 Quart Container,
Round, Red, 6.75" H x 8.75" D., Mfr: Kendall Covidien, Mfr. Item# 8950SA, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 325
Description: MEDICAL SUPPLIES - Skin Stapler (proximate III); Item sold by the Case, 12 per
box, 4 boxes per case, Mfr: 3M Health Care, Mfr Item# DS-15, OR EQUAL
Category: 46500-00
Page 147 of 216
Unit of Measure: Case
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 326
Description: MEDICAL SUPPLIES - Sleeve Covers, White (Gaunlet), 18". Mfr. Boundtree
Medical, Item No. 3712, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 75 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 327
Description: MEDICAL SUPPLIES - Small Penlight Laryngoscope Handle, Chrome Dolphin
Handle, 25 per Case, Mfg. Rusch, Item No. 145100, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 75 Total: $
Page 148 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 328
Description: MEDICAL SUPPLIES - Smart Capnoline Plus w/o 02 Delivery, Adult Intermediate,
100 per Case, Mfr. Physio-Control, Mfr. Item# 11996-000166, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 17 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 329
Description: MEDICAL SUPPLIES - Specula 2.75MM Pocket Otoscope 850/Bx; Mfr.
Welch -Allyn. Mfr. Part # 52432-U, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Box
Unit Price: $
Supplier Item Number
Number of Units: 5 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Page 149 of 216
Line: 330
Description: MEDICAL SUPPLIES - Specula 4.25MM; 850/Bx; Mfr. Welch -Allyn. Mfr Part #
52434-U, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units' 1 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 331
Description: MEDICAL SUPPLIES - Sphygmomanometer Blood Pressure Bulb & Valve, Black.
Mfr. Welch Allyn, Item No. 5088-01, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 332
Description: MEDICAL SUPPLIES - Sphygmomanometer, Prosphyg 760 Series. Color: Black.
Size: Large Adult. Mfr. ADC Manufacturer. Mfr. Part # 760, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Page 150 of 216
Unit Price: $ Number of Units: 200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 333
Description: MEDICAL SUPPLIES - Splint Padded Board 36", Mfg, Moore Medical, Item #
79692, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,000 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 334
Description: MEDICAL SUPPLIES - Sponges Sterile Gauze 4x4 packages of 2/box, Mfr: Royal,
Mfr Item# BG4S, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Number of Units: 10 Total: $
Page 151 of 216
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 335
Description: MEDICAL SUPPLIES - Sponges Sterile Gauze 4x4 plastic tray, 10 per Tray, Mfr:
Dukal, Mfr Item# 412-10. (Unit price is for the purchase of a Tray), OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 336
Description: MEDICAL SUPPLIES Standard Porous Tape, 3". 4 per box, 12 boxes per case,
Mfr. Kendall, Item No. 7046, OR EQUAL.
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Page 152 of 216
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 337
Description: MEDICAL SUPPLIES - Steri - strips 1/4, 50 per box, Mfr: Dynarex, Mfr Item# 3523,
OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 4 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 338
Description: MEDICAL SUPPLIES - Steri - strips 1/8, Item sold by the Pack, 5 strips per pack,
Mfr: Owens & Minor, Mfr Item# 45090R1540, Supplier Item# 081540, OR EQUAL
Category: 46500-00
Unit of Measure: Packet
Unit Price: $ Number of Units: 4 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 153 of 216
Line: 339
Description: MEDICAL SUPPLIES - Sterile Gauze Compress, 36 X 36. Mfr: Dynarex, Mfr Item #
3680, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 250 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 340
Description: MEDICAL SUPPLIES - Sterile, 4 "X4", Cover Sponge. Mfr. Kendall, Item No. 2913,
OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 40 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 341
Page 154 of 216
Description: MEDICAL SUPPLIES - Stethoscope Black 28 in. 3M Littmann Select; Mfr. 3M. Mfr
Part # 2290. Supplier Part # 7779348, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 342
Description: MEDICAL SUPPLIES - Stethoscope, Littman Master Classic II. Mfr. 3M. Mfr. Part
# 2144L, OREQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 25 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 343
Description: MEDICAL SUPPLIES - Stretch Gauze Bandage (Kling), 12 per bag, 8 bags per case.
Mfr. Amdx, Item no. 81763900102, Size: 3". 4.1 yards stretched, non -sterile, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 300 Total: $
Manufacturer
Page 155 of 216
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 344
Description: MEDICAL SUPPLIES - Stylet Flex -Slip, 14 Fr., 20 per box. Mfr. Rusch, Item No.
502507-14Fr, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 345
Description: MEDICAL SUPPLIES - Stylet Flex -Slip, Small, 20 per box. Mfr. Rusch, Item No.
500-Small, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
I
Page 156 of 216
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 346
Description: MEDICAL SUPPLIES - Suction Canister System II. Mfr. Bemis, Item No. 484410,
OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1,100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 347
Description: MEDICAL SUPPLIES - Suction Catheter Whistle Tip, Pediatric. Mfr. Rusch, Item
No. 404500060, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 157 of 216
Line: 348
Description: MEDICAL SUPPLIES - Suction Catheter, 10Fr. Mfr. Kendall, Item No. 31000-10Fr,
OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 349
Description: MEDICAL SUPPLIES - Suction Catheter, 12Fr. Mfr. Kendall, Item No. 31200-12Fr,
OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 350
Page 158.of 216
Description: MEDICAL SUPPLIES - Suction Catheter, 16Fr. Mfr. Kendall, Item No. 31620-16Fr,
OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier. Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 351
Description: MEDICAL SUPPLIES - Suction Catheter, 18Fr. Mfr. Kendall, Item No. 31820-18Fr,
OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 35 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 352
Description: MEDICAL SUPPLIES - Suction Catheter, 8Fr. Mfr. Kendall, Item No. 30888-8Fr,
OR EQUAL
Page 159 of 216
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 353
Description: MEDICAL SUPPLIES - Suction Tubing 6' X 3/16", 50 per box. Mfr. Kendall, Item
No. 8888301515, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 354
Description: MEDICAL SUPPLIES - Surgical Glove, Sterile, Latex, Size 6, 50 per box, 4 boxes
per case. Mfr. Dynarex, Item No. 2460, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Page 160 of 216
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 355
Description: MEDICAL SUPPLIES - Surgical Glove, Sterile, Latex, Size 7, 50 per box, 4 boxes
per case. Mfr. Dynarex, Item No. 2470, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 356
Description: MEDICAL SUPPLIES - Surgical Glove, Sterile, Latex, Size 8, 50 per box, 4 boxes
per case. Mfr. Dynarex, Item No. 2480, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Page 161 of 216
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 357
Description: MEDICAL SUPPLIES - Surgical Glove, Sterile, Latex, Size 8.5, 50 per box, 4 boxes
per case. Mfr. Dynarex, Item No. 2485, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 358
Description: MEDICAL SUPPLIES - Surgical Glove, Sterile, Latex, Size 9, 50 per box, 4 boxes
per case. Mfr. Dynarex, Item No. 2490, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Page 162 of 216
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 359
Description: MEDICAL SUPPLIES - Surgilube Surgical Lubricant, 144 pre case. Mfr. E.
Gougera & Co., NDC 0168-0205-43, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging,
Line: 360
Description: MEDICAL SUPPLIES - Syringe Luerlock, 10cc w/E.S.I.P; Mfr: Exel Int. Mfr Item#
26265, Supplier Item# 620265, Item sold by the box, 100 per Box, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 2 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 163 of 216
Line: 361
Description: MEDICAL SUPPLIES - Syringes, 12cc w/luer lock tip. Mfr. Monoject, Item No.
8881-512852, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 3,500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 362 .
Description: MEDICAL SUPPLIES - Syringes, 12cc w/needle. Mfr. Monoject, Item No.
8881-522026, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Number of Units: 1,400 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 363
Page 164 of 216
Description: MEDICAL SUPPLIES - Syringes, lcc w/needle, 100 per box. Mfr. Monoject, Item
No. 8881-1501160, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 250 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 364
Description: MEDICAL SUPPLIES - Syringes, 35cc w/luer lock tip. Mfr. Monoject, Item No.
8881-535796. 30/BOX, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 100 Total: $ •
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 365
Description: MEDICAL SUPPLIES - Syringes, 3cc w/needle. Mfr. Monoject, Item No.
8881-533254, NO SUBSTITUTION
Page 165 of 216
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Supplier Item Number
Number of Units: 10 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 366
Description: MEDICAL SUPPLIES - Syringes, 6cc w/luer lock tip. Mfr. Monoject, Item No.
8881-516937, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Number of Units: 3,100 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 367
Description: MEDICAL SUPPLIES - Syringes, 6cc w/needle. Mfr. Monoject, Item No.
8881-566023, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Manufacturer
Manufacturer Item Number
Number of Units: 1,700 Total: $
Page 166 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 368
Description: MEDICAL SUPPLIES - Tape Cloth 2", 6 per box, Mfr: Moore, Mfr Item# 8217, OR
EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 2 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 369
Description: MEDICAL SUPPLIES - Tape, Transpore 1", 12 pk, Mfr: Dynarex, Mfr Item# 3572,
OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price:$ Number of Units: 1
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Total: $
Page 167 of 216
Packaging
Line: 370
Description: MEDICAL SUPPLIES - Thermometers oral digital, Mfr: ADC, Mfr Item# 413B-00,
OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 371
Description: MEDICAL SUPPLIES - Thomas Endotracheal Tube Holder (Adult). Mfr. Laerdal,
Item No. 600-02001/050404. 25/box, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 75 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 168 of 216
Line: 372
Description: MEDICAL SUPPLIES - Thoracostomy Needle Kit, Manufacturer: Cook Medical,
Mfr Item# G05297, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 373
Description: MEDICAL SUPPLIES - Tincture of Benzoin, 2 oz bottles, Mfr: Amerisource, Mfr
Item# 925131, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 4 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 374
Description: MEDICAL SUPPLIES - Tourniquet Emergency; Mfr: Pyng Medical Corp, Mfr
Page 169 of 216
Item# MAT01, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 75 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 375
Description: MEDICAL SUPPLIES - Tourniquet Latex Free 1 in x 18 in; 25/r1 4r1/bx; Free -Band;
Mfr: Compliance. Mfr Part # 307/16271, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 376
Description: MEDICAL SUPPLIES - Tourniquet, Latex, 100 per box. Mfr. ADI Medical, Item
No. 10907, OR EQUAL
Category: 46500-00
Page 170 of 216
Unit of Measure: Box
Unit Price: $ Number of Units: 700 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 377
Description: MEDICAL SUPPLIES - Tourniquets for IV starts, sold 250 per pack, Mfr: Graham
Field, Mfr Item# 4109-1LF, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Package
Unit Price: $ Number of Units: 2 Total: $
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Line: 378
Description: MEDICAL SUPPLIES - Traction Splint, Adult. Mfr. Ferno, Item No. 444, OR
EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Page 171 of 216
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 379
Description: MEDICAL SUPPLIES - Traction Splint, Pediatric. Mfr. Ferno, Item No. 443, OR
EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 380
Description: MEDICAL SUPPLIES - Transpore Surgical Tape, 1" x 10 yds, 12 rolls per box, 10
boxes per case, Mfg. 3M, Item No. 1527-1 , OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 150 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 172 of 216
Line: 381
Description: MEDICAL SUPPLIES - Triangular Bandages. Mfr. Dynarex, Item No. DYN3672,
OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 382
Description: MEDICAL SUPPLIES - Urine Multi-stix (100 stips per pack), Mfr: Bayer, Mfr
Item# 2161, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 1 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 383
Page 173 of 216
Description: MEDICAL SUPPLIES - VentLab Infant Disposable AirFlow Resuscitation Bags with
Manometer and Guardian BacterialNiral Filter on the exhalation port. 10 per Case.
Manufacturer: Ventlab. Manufacturer Item# AF 3140, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 20 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 384
Description: MEDICAL SUPPLIES - VentLab Small Adult Disposable AirFlow Resuscitation
Bags with Manometer and Guardian Bacterial/Viral Filter on the exhalation port. 10 per Case.
Manufacturer: Ventlab, Manufacturer Item# AF 5140, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 250 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 385
Description: MEDICAL SUPPLIES - VentLab Small Child Disposable AirFlow Resuscitation
Page 174 of 216
Bags with Manometer and Guardian Bacterial/Viral Filter on the exhalation port. 10 per Case.
Manufacturer: Ventlab. Manufacturer Item# AF 4140, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 15 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 386
Description: MEDICAL SUPPLIES - Vermed EMS Electrodes, 2-1/4" Foam, Wet Gel, 600 per
case, Item # A10003-4, OR EQUAL
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 1,000 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 387
Description: MEDICAL SUPPLIES - Vermed EMS Electrodes, Large Rectangular Foam, Wet
Gel, 600 per case, Item # A10012-6S, OR EQUAL
Page 175 of 216
Category: 46500-00
Unit of Measure: Case
Unit Price: $ Number of Units: 30 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 388
Description: MEDICAL SUPPLIES - View Site Transparent I.V. Dressing, 100 per Box, Mfg.
S.T.I. Medical Products, Item # 200, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 389
Description: MEDICAL SUPPLIES - Viraguard Disinfectant, 55 gallon drum, Mfg. Veridien,
Item No. Ver-11055, OR EQUAL
Category: 46500-00
Unit of Measure: Drum
Unit Price: $ Number of Units: 30 Total: $
Page 176 of 216
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 390
Description: MEDICAL SUPPLIES - Visine Eye Drops, 1/2 Fl oz. (15 ml). Mfr. Pfizer, NDC
74300-0008-03, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 473 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 391
Description: MEDICAL SUPPLIES - Wall Aneroid Sphygmomameter, Mfg, Welch Allyn, Item
#5091-38, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Page 177 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 392
Description: MEDICAL SUPPLIES - Water Jel Burn Dressing, Mfg. Water-Jel Technology, Mfr.
Item # 0818-20, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 200 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 393
Description: MEDICAL SUPPLIES - Water Jel Fire Blanket, 4 per box, Mfg. Water Jel
Technology, Mfr Item # 3630-04, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 50 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 178 of 216
Packaging
Line: 394
Description: MEDICAL SUPPLIES - Water-Jel Burn Cream wigh lidocaine, 0.9g (1/32 oz),
C-Safety, 25 packets per box. Mfr: Water Jel; Mfr Item # 53676, OR EQUAL
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 750 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 395
Description: MEDICAL SUPPLIES - Whisperflow Fixed Flow Output Generator. Manufacturer:
Phillip Medical. Manufacturer Item# 989803165371, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 5 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Page 179 of 216
Line: 396
Description: MEDICAL SUPPLIES - Xylocaine Jelly, 2%, 30m1. Mfr. Astra Zeneca, NDC
0186-0330-01, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 500 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 397
Description: MEDICAL SUPPLIES - Yellow poly blanket with foam insulation, size 58" X 90".
Mfr: Tidi, Mfr Item # 980077, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 600 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 398
Description: MEDICAL SUPPLIES - Tourniquets for IV starts, Mfr: Bioseal Medical, Mfr Item#
Page 180 of 216
4918RG/125, NO SUBSTITUTION
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Supplier Item Number
Number of Units: 2 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 399
Description: MEDICAL SUPPLIES - Chest Tube Kit; Mfr: Bioseal, Mfr Item# TOQ232, OR
EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 4 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 400
Description: MEDICAL SUPPLIES - Emergency Cric Kit (for Urban Search & Rescue Team);
Mfr: Bioseal Medical, Mfr Item# TOQ285, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 9 Total: $
Manufacturer
Manufacturer Item Number
Page 181 of 216
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 401
Description: MEDICAL SUPPLIES - Procedure Kits (for Urban Search & Rescue Team), Mfr:
Bioseal, Mfr Item# TOQ234, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 402
Description: MEDICAL. SUPPLIES - Suture Kits (for Urban Search & Rescue Team), Mfr:
Bioseal, Mfr Item# TOQ233, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $ Number of Units: 10 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Page 182 of 216
Packaging
Line: 403
Description: MEDICAL SUPPLIES - Amputation Kit (for Urban Search & Rescue Team), Mfr:
Bioseal, Mfr Item# TOQ231, OR EQUAL
Category: 46500-00
Unit of Measure: Each
Unit Price: $
Number of Units: 6 Total: $
Manufacturer
Manufacturer Item Number
Supplier Item Number
Delivery Time from Receipt of
Order (Calendar Days)
Packaging
Line: 404
Description: MEDICAL SUPPLIES - Airway Supraglottic Neonate I -Gel Size 1- Intersurgical -
10/box - Item# ISI8201 (NO SUBSTITUTION)
Category: 46500-00
Unit of Measure: Box
Unit Price: $
Number of Units: 50 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 405
Description: MEDICAL SUPPLIES - Airway Supraglottic Neonate I -Gel Size 1.5 - Intersurgical -
10/box - Item# ISI8215 (NO SUBSTITUTION)
Category: 46500-00
Unit of Measure: Box
Page 183 of 216
Unit Price: $
Number of Units: 50 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 406
Description: MEDICAL SUPPLIES - Airway Supraglottic Neonate I -Gel Size 2 - Intersurgical -
10/box - Item# ISI8202 (NO SUBSTITUTION)
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 50 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 407
Description: MEDICAL SUPPLIES- Airway Supraglottic Neonate I -Gel Size 2.5 - Intersurgical
10/box - Item# ISI8225 (NO SUBSTITUTION)
Category: 46500-00
Unit of Measure: Box
Unit Price: $
Number of Units: 50 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 408
Description: MEDICAL SUPPLIES - Airway Supraglottic Neonate I -Gel Size 3 - Intersurgical -
25/box - Item# ISI8203 (NO SUBSTITUTION)
Category: 46500-00
Unit of Measure: Box
Unit Price: $
Number of Units: 100 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
• Page 184 of 216
Line: 409
Description: MEDICAL SUPPLIES - Airway Supraglottic Neonate I -Gel Size 4 - Intersurgical -
25/box - Item# ISI8204 (NO SUBSTITUTION)
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 200 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Line: 410
Description: MEDICAL SUPPLIES - Airway Supraglottic Neonate I -Gel Size 5 - Intersurgical -
25/box - Item# ISI8205 (NO SUBSTITUTION)
Category: 46500-00
Unit of Measure: Box
Unit Price: $ Number of Units: 100 Total: $
Delivery Time from Receipt of
Order (Calendar Days)
Page 185 of 216
Invitation for Bid (IFB) 341290,2
Table of Contents
Terms and Conditions 187
1. General Conditions 187
1.1. GENERAL TERMS AND CONDITIONS 187
2. Special Conditions 207
2.1. PURPOSE 207
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL
INFORMATION/CLARIFICATION 207
2.3. SUBMISSION OF BID RESPONSES 207
2.4. TERM OF CONTRACT 207
2.5. CONDITIONS FOR RENEWAL 207
2.6. ESCALATION / DE-ESCALATION CLAUSE 208
2.7. EQUITABLE ADJUSTMENT 208
2.8. NON -APPROPRIATION OF FUNDS 208
2.9. METHOD OF AWARD 208
2.10. BIDDER'S MINIMUM QUALIFICATIONS 209
2.11. DELIVERY TIME FROM RECEIPT OF ORDER 209
2.12. FAILURE TO PERFORM 209
2.13. EQUAL PRODUCT 210
2.14. PRODUCT/CATALOG INFORMATION 210
2.15. NO SUBSTITUTION 210
2.16. METHOD OF PAYMENT 210
2.17. ORDERING METHOD AND ORDER CONFIRMATION 210
2.18. PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY 210
2.19. COMPLIANCE WITH STATE OF FLORIDA STATUTE 465.0255 211
2.20. ADDITION/DELETION OF ITEMS/PRODUCTS 211
2.21. PRE-BID/PRE-PROPOSAL CONFERENCE 211
2.22. CONTRACT ADMINISTRATOR 211
2.23. SAMPLES 211
2.24. TIE BIDS 211
2.25. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS 212
2.26. WARRANTY, FITNESS FOR PURPOSE 212
2.27. QUALITY AND MANUFACTURE 212
2.28. PRODUCT SUBSTITUTES 213
2.29. REFERENCES 213
2.30. SPECIFICATION EXCEPTIONS 213
2.31. TERMINATION 214
2.32. ADDITIONAL TERMS AND CONDITIONS 214
2.33. PRIMARY CLIENT (FIRST PRIORITY) 214
2.34. BALANCE OF LINE PERCENTAGE DISCOUNT SHALL BE FIXED FOR THE DURATION
OF THE CONTRACT 215
3. Specifications 216
3.1. SPECIFICATIONS/SCOPE OF WORK 216
Page 186 of 216
Invitation for Bid (IFB) 341290,2
Terms and Conditions
1. General Conditions
1.1. GENERAL TERMS AND CONDITIONS
Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services
with an estimated aggregate cost of $25,000.00 or more.
Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for
Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida
Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein.
1.1. ACCEPTANCE OF GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this formal
solicitation, if applicable, shall remain the property of the seller until a physical inspection and actual usage of the
good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be
fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the
City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order
upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense.
1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be
considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the
City of a purchase order.
1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of
after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. In the
event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a
written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer
who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time
contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal
solicitation. The City further reserves the right to waive any irregularities or minor informalities or technicalities in
any or all responses and may, at its discretion, re -issue this formal solicitation.
1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available
at the City's website at: http://www.ci.miami.fl.us/procurement
1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate response
from the same Bidder/Proposer for the same formal solicitation; provided, that the alternate response offers a
different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an
alternate response, the Bidder/Proposer shall complete a separate Price Sheet form and shall mark "Alternate
Response". Alternate response shall be placed in the same response. This provision only applies to formal
solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies.
1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of
the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent.
1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this Contract,
each party shall bear their own attorney's fees through and including appellate litigation and any post judgment
Page 187 of 216
Invitation for Bid (IFB) 341290,2
proceedings.
1.8. AUDIT RIGHTS AND RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access
at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers,
and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit,
examination, excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of
the books, documents, papers and records pertinent to the Contract for three (3) years after the City makes final
payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition
shall result in the immediate cancellation of this contract by the City.
1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Governmental, not -for -profit or
quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all
goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein,
when permissible by federal, state, and local laws, rules, and regulations.
Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid
contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders,
be invoiced there from and make its own payments, determine shipping terms and issue its own exemption
certificates as required by the successful bidder(s)/proposer(s).
1.10. AWARD OF CONTRACT:
A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall
constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or
addenda.
B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the
instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with
Drug -Free Workplace Programs.
C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified
in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual
obligation if such documents are not submitted in a timely manner and in the form required by the City. Where
Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing
Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the
next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's
requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its
bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the
Bidder's/Proposer's default.
D. The term of the contract shall be specified in one of three documents which shall be issued to the successful
Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet.
E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar
days beyond the stated contract term in order to provide City departments with continual service and supplies while
a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the
Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific
number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City
and the Successful Bidder/Proposer are in mutual agreement of such extensions.
F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon
completion of the expressed or implied warranty periods.
Page 188 of 216
Invitation for Bid (IFB) 341290,2
G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such
combination as shall best serve the interests of the City unless otherwise specified.
H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the
minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the
right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the
City's best interests. Such agreement will be furnished by the City, will contain certain terms as are in the City's
best interests, and will be subject to approval as to legal form by the City Attorney.
1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety
company that is licensed to do business in the State of Florida, payable to the City of Miami, for the amount bid is
required from all bidders/proposers,if so indicatedunder the Special Conditions. This check or bond guarantees
that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded to
bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award contract/agreement to
Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all
surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after
the award and successful bidder's/proposer's acceptance of award. If sixty (60) days have passed after the date of the
formal solicitation closing date, and no contract has been awarded, all bid deposits will be returned on demand.
1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted
accordingly.
1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file
an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the
award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in
mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or
Proposal most advantageous to the City or all responses may be rejected.
1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any
manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing
the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not
wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an
approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory
information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the
item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise
specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the
City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If
samples should be requested, such samples must be received by the City no later than seven (7) calendar days after
a formal request is made.
1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening/closing.
In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers
and make available a written explanation for the cancellation.
1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or
prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the
contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures,
or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures
during the time it is rendering such goods/services, it shall not have any claim upon the City.
1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable
Page 189 of 216
Invitation for Bid (IFB) 341290,2
for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for,
or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable
proceedings or on account of any delay for any cause over which the City has no control.
1.18. COLLUSION —Bidder/Proposer, by submitting a response, certifies that its response is made without
previous understanding, agreement or connection either with any person, firm or corporation submitting a response
for the same items/services or with the City of Miami's Purchasing Department or initiating department. The
Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action.
Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City
will investigate all potential situations where collusion may have occurred and the City reserves the right to reject
any and all bids/responses where collusion may have occurred.
1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts
between private entities and local governments are subject to certain laws and regulations, including laws pertaining
to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all
applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but
not limited to:
A. Executive Order 11246, which prohibits discrimination against any employee, applicant, or client because of
race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: employment
practices, rate of pay or other compensation methods, and training selection.
B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation.
C. The State of Florida Statutes, Section 287.133(3) (A) on Public Entity Crimes.
D. Environment Protection Agency (EPA), as applicable to this Formal Solicitation.
E. Uniform Commercial Code (Florida Statutes, Chapter 672).
F. Americans with Disabilities Act of 1990, as amended.
G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation.
H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation.
I. City Procurement Ordinance City Code Section 18, Article III.
J. Conflict of Interest, City Code Section 2-611;61.
K. Cone of Silence, City Code Section 18-74.
L. The Florida Statutes Sections 218.73 and 218.74 on Prompt Payment.
Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance
with all local, state, and federal directives, orders, and laws may be considered grounds for termination of
contract(s).
Copies of the City Ordinances may be obtained from the City Clerk's Office.
1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed
upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written
recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the
provision of goods and services and public works or improvements for amounts greater than $200,000. The Cone of
Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others:
Page 190 of 216
Invitation for Bid (IFB) 341290,2
Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but
not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective
staffs and any member of the respective selection/evaluation committee.
The provision does not apply to, among other communications:
oral communications with the City purchasing staff, provided the communication is limited strictly to matters of
process or procedure already contained in the formal solicitation document; the provisions of the Cone of Silence do
not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral
presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting,
or public presentations made to the Miami City Commission during a duly noticed public meeting; or
communications in writing or by email at any time with any City employee, official or member of the City
Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section
2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the
performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff.
Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall
be made available to any person upon request. The City shall respond in writing and file a copy with the Office of
the City Clerk, which shall be made available to any person upon request. Written communications may be in the
form of e-mail, with a copy to the Office of the City Clerk.
In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall
render any award voidable. A violation by a particular Bidder, Proposer, Offeror, Respondent, lobbyist or
consultant shall subject same to potential penalties pursuant to the City Code. Any person having personal
knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may file a
complaint with the Ethics Commission. Proposers or bidders should reference Section 18-74 of the City of Miami
Code for further clarification.
This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code
Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at
305-250-5360, to obtain a copy of same.
1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act
and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application
when disclosure is required by Florida law or upon court order.
1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify that to
the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially
interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such
interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you
must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or
more of the total assets of capital stock in your firm.
A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may
be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for
himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of
the general public and gained by reason of his/her/its position, except for information relating exclusively to
governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person
or business entity.
B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the
City or any person or agency acting for the City, and has not appeared in representation of any third party before any
Page 191 of 216
Invitation for Bid (IFB) 341290,2
board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it
is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission;
(ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City.
C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional
services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law.
Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on
Ethics.
1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation of
copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services
provided as a result of this formal solicitation, and bidders/proposers agree to hold the City harmless from any and
all liability, loss, or expense occasioned by any such violation.
1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and submission
of Responses to the City, or any work performed in connection therewith shall be borne by the
Bidder(s)/Proposer(s) .
1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107)
(a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual
Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the
Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes
listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than
three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for
award of city Contracts if there is probable cause for debarment, pending the debarment determination. The
authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued
by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission.
(b) Causes for debarment or suspension. Causes for debarment or suspension include the following:
(1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a
public or private Contract or subcontract, or incident to the performance of such Contract or subcontract.
(2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or
destruction of records, receiving stolen property, or any other offense indicating a lack of business
integrity or business honesty.
(3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or
Proposals.
(4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be
indicative of nonresponsibility. Such violation may include failure without good cause to perform in
accordance with the terms and conditions of a Contract or to perform within the time limits provided in a
Contract, provided that failure to perform caused by acts beyond the control of a party shall not be
considered a basis for debarment or suspension.
(5) Debarment or suspension of the Contractual Party by any federal, state or other governmental
entity.
(6) False certification pursuant to paragraph (c) below.
(7) Found in violation of a zoning ordinance or any other city ordinanceor regulation and for which
Page 192 of 216
Invitation for Bid (IFS) 341290,2
the violation remains noncompliant.
(8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a
civil penalty or fine is due and owing to the city.
(9) Any other cause judged by the City Manager to be so serious and compelling as to affect the
responsibility of the Contractual Party performing city Contracts.
(c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that
neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the
violations set forth above or debarred or suspended as set forth in paragraph (b) (5).
(d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a
written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided
promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief.
1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida
debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public
entity, may not submit a response on a contract with a public entity for the construction or repair of a public building
or public work, may not submit response on leases of real property to a public entity, may not award or perform
work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not
transact business with any public entity.
1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall
include any failure on the part of the successful Bidder/Proposer to accept the award, to furnish required documents,
and/or to fulfill any portion of this contract within the time stipulated.
Upon default by the successful Bidder/Proposer to meet any terms of this agreement, the City will notify the
Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to
remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall
result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the
effective date of the termination. The following shall constitute default:
A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time
required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree
specified in the Contract.
B. Failure to begin the work under this Contract within the time specified.
C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely
completion.
D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as
nonconforming with the terms of the Contract.
E. Becoming insolvent, being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an
assignment for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the successful
Bidder/Proposer incapable of performing the work in accordance with and as required by the Contract.
F. Failure to comply with any of the terms of the Contract in any material respect.
All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated,
together with the cost of completing the work, shall be deducted from any monies due or which may become due on
Page 193 of 216
Invitation for Bid (IFB) 341290,2
this Contract.
1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is
responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which
follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in
the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure
to comply with these requirements may deem a Response non -responsive.
1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response
shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions.
Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s)
during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by
the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City.
1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal
Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be
found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the
purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications,
or other communications.
A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the
following documents, the first of such list being the governing documents.
1) Addenda (as applicable)
2) Specifications
3) Special Conditions
4) General Terms and Conditions
1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster
situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this
formal solicitation at the price contained within vendor's response. Further, successful vendor shall deliver/perform
for the city on a priority basis during such times of emergency.
1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of
Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written
agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLIs, and
represents the entire understanding and agreement between the parties with respect to the subject matter hereof and
supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the
extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the
Formal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may
be modified only by a written agreement signed by the City of Miami and Contractor.
1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance
only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The
City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates
may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting
specifications. The City reserves the rightto acquire additional quantities at the prices bid/proposed or at lower
prices in this Formal Solicitation.
1.34. EVALUATION OF RESPONSES
Page 194 of 216
Invitation for Bid (IFB) 341290,2
A.Rejection of Responses
The City may reject a Response for any of the following reasons:
1) Bidder/Proposer fails to acknowledge receipt of addenda;
2) Bidder/Proposer mistates or conceals any material fact in the Response ;
3) Response does not conform to the requirements of the Formal Solicitation;
4) Response requires a conditional award that conflicts with the method of award;
5) Response does not include required samples, certificates, licenses as required; and,
6) Response was not executed by the Bidder's/Proposer(s) authorized agent.
The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and
re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the
City.
B. Elimination From Consideration
1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debt or contract, or
which is a defaulter as surety or otherwise upon any obligation to the City.
2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions
of any previous contract with the City or deliver on time contracts of a similar nature.
3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with
the City's Debarment and Suspension Ordinance.
C. Determination of Responsibility
1) Responses will only be considered from entities who are regularly engaged in the business of providing the
goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to demonstrate a
satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility,
personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as
used herein shall be construed to mean a fully equipped and well established entity in line with the best industry
practices in the industry as determined by the City.
2) The City may consider any evidence available regarding the financial, technical and other qualifications and
abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental
entity in making the award.
3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized
representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal
Solicitation.
1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS -
Exceptions to the specifications shall be listed on the Response and shall reference the section. Any exceptions to
the General or Special Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be
cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terms and
conditions of the resulting agreement it may lead to terminating negotiations.
1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by
the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in
the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for
rejection of bid/proposal.
Page 195 of 216
Invitation for Bid (IFB) 341290,2
1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will
be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices
will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed
or supplied over a period of time.
1.38. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section 24, states that
employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly,
it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional
minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is
subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and
clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each
adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on
September 30th of each year and take effect on the following January lst.
At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to
determine whether any of its employees may be impacted by this Florida Law at any given point in time during the
term of the contract. If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s),
and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful
bidder's/proposer's acknowledgement and understanding that the Florida Minimum Wage Law will not impact its
prices throughout the term of contract and waiver of any contractual price increase request(s). The City reserves the
right to request and successful bidder/proposer must provide for any and all information to make a wage and
contractual price increase(s) determination.
1.39. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by the laws
of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall
take place in Miami -Dade County, Florida.
1.40. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for
convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way
the expressed terms and provisions hereof.
1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or
entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of
"individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the
Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards.
HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to:
A. Use of information only for performing services required by the contract or as required by law;
B. Use of appropriate safeguards to prevent non -permitted disclosures;
C. Reporting to the City of Miami of any non -permitted use or disclosure;
D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the
Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential;
E. Making Protected Health Information (PHI) available to the customer;
F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested
by the customer;
G. Making PHI available to the City of Miami for an accounting of disclosures; and
H. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits.
Page 196 of 216
Invitation for Bid (IFB) 341290,2
PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or
electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information
practices including specifically, a description of the types of uses and disclosures that would be made with protected
health information.
1.42 INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers,
agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable
attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of
Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify,
hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions,
statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that
the City, its officials and/or employees were negligent. These indemnifications shall survive the term of this
Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand,
Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory
to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or
otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and
defend the City or its officers, employees, agents and instrumentalities as herein provided.
The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate,
supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of
liability and all suits and actions of every name and description which may be brought against City whether
performed by Contractor, or persons employed or utilized by Contractor.
This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under
the laws of the State of Florida, including without limitation and which conforms to the limitations of §725.06
and/or §725.08, Fla. Statues, as amended from time to time as applicable.
Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City.
The Contractor agrees and recognizes that the City shall not be held liable or responsible for any claims which may
result from any actions or omissions of the Contractor in which the City participated either through review or
concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or
other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or
Sub -Contractor, under this Agreement.
1.43. FORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all information
requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each
Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and
Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted
with a previous response or on file with the Buyer will not satisfy this provision.
1.44. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and
perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services
required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal
Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the
performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in
accordance with, the provisions of the City of Miami Ordinance No. 12271 (Section 18-79), as same may be
amended or supplemented from time to time.
1.45. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation will not
be made available until such time as the City provides notice of a decision or intended decision or within 30 days
after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via
Page 197 of 216
Invitation for Bid (IFB) 341290,2
fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's
Web Site following recommendation for award.
1.46. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish
Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall
demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance
Requirements". The City shall be listed as an "Additional Insured."
Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance
certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the
Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit
a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner
prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be
in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances,
the Bidder/Proposer may be prohibited from submitting future responses to the City. Information regarding any
insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW
2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604.
The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction. with this
Section remain in effect for the duration of the contractual period; including any and all option terms that may be
granted to the Bidder/Proposer.
1.47. INVOICES - Invoices shall contain purchase order number and details of goods and/or services delivered
(i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt
Payment Act).
1.48. LOCAL PREFERENCE
A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid
price, and the bid submitted by one or more responsive, responsible local bidders who maintain a local office, as
defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that
non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to
submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local
bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest best and
final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award
shall be made to the local bidder."
B. City Code Section 18-86, states, "the RFP, RFLI or RFQ, as applicable, may, in the exercise of the reasonable
professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer,
include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in
Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local
office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply.
1.49. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders/proposers a
separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such
certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the
bidder/proposer must bear full liability.
1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or
understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be
binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through
Page 198 of 216
Invitation for Bid (IFB) 341290,2
the issuance of a change order, addendum, amendment, or supplement to the contract, purchase order or award sheet
as appropriate.
1.51. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or
construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other
similar relationship between the parties.
1.52. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with
specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other
appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with
specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes.
Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense.
These non -conforming items not delivered as per delivery date in the response and/or Purchase Order may result in
bidder/proposer being found in default in which event any and all re -procurement costs may be charged against the
defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from
the City of Miami's Supplier's list.
1.53. NONDISCRIMINATION —Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age,
religion, national origin, marital status, or disability in connection with its performance under this formal
solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall solely by reason of
his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation
in, be denied benefits of, or be subjected to, discrimination under any program or activity.
In connection with the conduct of its business, including performance of services and employment of personnel,
Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex,
marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity
for employment.
1.54. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best
interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein
goods and/or services, and to make use of other competitively bid (governmental) contracts, agreements, or other
similar sources for the purchase of these goods and/or services as may be available.
It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the
successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this
Formal Solicitation.
In addition, any and all commodities, equipment, and services required by the City in conjunction with construction
projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms,
conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best
interest of the City.
1.55. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in
the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational
License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a
location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the
license must be submitted with the response; however, the City may at its sole option and in its best interest allow
the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award.
1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture
Page 199 of 216
Invitation for Bid (IFB) 341290,2
will be considered in response to this Formal Solicitation. When submitting an alternate response, please refer to the
herein condition for "Alternate Responses May Be Considered".
1.57. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records,
files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this
formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for
any other purposes whatsoever without the written consent of the City.
1.58. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or
circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such
provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and
each provision of this Contract shall be valid and enforced to the fullest extent permitted by law.
1.59. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a Performance/Payment
Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract
price.
1.60. PREPARATION OF RESPONSES (HARDCOPY FORMAT) —Bidders/Proposers are expected to
examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed
amounts, if required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be
at the Bidder's/Proposer's risk.
A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer
shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on
the face page and on each continuation sheet thereof on which he/she makes an entry, as required.
B. If so required, the unit price for each unit offered shall be shown, and such price shall include packaging,
handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Bidder/Proposer
shall include in the response all taxes, insurance, social security, workmen's compensation, and any other benefits
normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit
Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended
Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit
price will be presumed correct.
C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods and/or
services.
D. The Bidder/Proposer should retain a copy of all response documents for future reference.
E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with
the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature.
Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the
response may be rejected.
F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful
Bidder's/Proposer's response may be included as part of the contract, at the City's discretion.
G. The City of Miami's Response Forms shall be used when Bidder/Proposer is submitting its response in
hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING
HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS
OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY
Page 200 of 216
Invitation for Bid (IFB) 341290,2
OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE.
1.61. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of
market change or on the part of the contractor to other customers shall be passed on to the City of Miami.
1.62. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product
becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's
authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is
approved in advance of delivery and that the new product meets or exceeds all quality requirements.
1.63. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS -
Contractor represents and warrants to the City that it has not employed or retained any person or company employed
by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any
fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or in connection with, the award of
this Contract.
1.64. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however,
discounts shall not be considered in determining the lowest net cost for response evaluation purposes.
Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal
Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the
percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and
agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City,
whichever is later.
When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or
receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to
damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount
is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash
discount with the period commencing on the date it is determined by the City that a cash discount applies.
Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers
during the term of the contract.
1.65. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property
furnished to a Contractor for repair, modification, study, etc., shall remain the property of the City of Miami.
Damages to such property occurring while in the possession of the Contractor shall be the responsibility of the
Contractor. Damages occurring to such property while in route to the City of Miami shall be the responsibility of the
Contractor. In the event that such property is destroyed or declared a total loss, the Contractor shall be responsible
for replacement value of the property at the current market value, less depreciation of the property, if any.
1.66. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all covenants,
conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties
hereto and their respective heirs, legal representatives, successors and assigns.
1.67. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a response on a contract to provide any goods or
services to a public entity, may not submit a response on a contract with a public entity for the construction or repair
of a public building or public work, may not submit responses on leases of real property to a public entity, may not
be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public
entity, and may not transact business with any public entity in excess of the threshold amount provided in Section
Page 201 of 216
Invitation for Bid (IFB) 341290,2
287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor
list.
1.68. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all
documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes,
and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all
documents subject to disclosure under applicable law. Contractor's failure or refusal to comply with the provision
of this section shall result in the immediate cancellation of this Contract by the City.
1.69. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials
used in the manufacturing or construction of supplies, materials, or equipment covered by this solicitation shall be
new..The items bid/proposed must be of the latest makeor model, of the best quality, and of the highest grade of
workmanship, unless as otherwise specified in this Solicitation.
1.70. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality and
workmanship. Materials furnished to complete the service shall be new and of the highest quality except as
otherwise specified in this Solicitation.
1.71. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal
solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by
the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to
comply with the law.
1.72. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105)
(a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall
have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue
of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City
Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies
based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by
a Contractual Party by submission of a protest to the City Manager.
(b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly
render a written report stating the reasons for the action taken by the City Commission or the City Manager which
shall be final and conclusive. A copy of the decision shall be immediately provided to the protesting party, along
with a notice of such party's right to seek judicial relief, provided that the protesting party shall not be entitled to
such judicial relief without first having followed the procedure set forth in this section.
1.73. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104)
(a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards
except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed
$25,000.
Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing.
1.Protest of Solicitation.
i. Any prospective proposer who perceives itself aggrieved in connection with the solicitation of a Contract may
protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief
Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for
Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered
Page 202 of 216
Invitation for Bid (IFB) 341290,2
filed when received by the Chief Procurement Officer; or
ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the
Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement
Officer within three days after the solicitation is published in a newspaper of general circulation. A notice of intent
to file a protest is considered filed when received by the Chief Procurement Officer.
2. Protest of Award.
i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after
receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be
posted on the City of Miami Purchasing Department website, in the Supplier Corner, Current Solicitations and
Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by
selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and
Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the
Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the
responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to
receive the notice; or
ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may
protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief
Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non
responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile
or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when
received by the Chief Procurement Officer.
iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five
(5) days after the date the notice of protest was filed. A written protest is considered filed when received by the
Chief Procurement Officer.
The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning
points in making an award determination.
The written protest shall state with particularity the specific facts and law upon which the protest df the solicitation
or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the
required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no
facts, grounds, documentation or evidence not contained in the protester's submission to the Chief Procurement
Officer at the time of filing the protest shall be permitted in the consideration of the written protest.
No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed
by this section, the day of the act, event or default from which the designated period of time begins to run shall not
be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday
in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday.
Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing.
(b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of
the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer
shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said
decision to the City Commission within 30 days after he/she receives the protest. In cases involving more than
$25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the
City Commission after a favorable recommendation by the city attorney and the City Manager.
Page 203 of 216
Invitation for Bid (IFB) 341290,2
(c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or
the written protest, together with the required Filing Fee as provided in subsection (f), with the Chief Procurement
Officer within the time provided in subsection (a), above, shall constitute a forfeiture of such party's right to file a
protest pursuant to this section. The protesting party shall not be entitled to seek judicial relief without first having
followed the procedure set forth in this section
(d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this
section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is
resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the
City Manager makes a written determination that the solicitation process or the Contract award must be continued
without delay in order to avoid an immediate and serious danger to the public health, safety or welfare.
(e) Costs. All costs accruing from a protest shall be assumed by the protestor.
(f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's
check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or
$5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against
the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer
and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed
under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of
costs for the administrative proceedings as prescribed by subsection (e) above.
1.74. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to
the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples, at their expense,
within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of
the City.
1.75. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign,
transfer or subcontract at any time during the term of the Contract, or any part of its operations, or assign any portion
of the performance required by this contract, except under and by virtue of written permission granted by the City
through the proper officials, which may be withheld or conditioned, in the City's sole discretion.
1.76. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and
replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and
service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your
response.
1.77. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental
specification as to any detail or the omission from it of detailed description concerning any point shall be regarded
as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct
type, size and design are to be used. All workmanship and services is to be first quality.
All interpretations of these specifications shall be made upon the basis of this statement.
If your firm has a current contract with the State of Florida, Department of General Services, to supply the items on
this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request
will result in disqualification of bid/proposal.
1.78. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the
Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American
Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP,
Page 204 of 216
Invitation for Bid (IFB) 341290,2
RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no
award will be made at that time.
A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or
package must show the hour and date specified for receipt of responses, the solicitation number and title, and the
name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response
Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed
non -responsive.
Directions to City Hall:
FROM THE NORTH: I-95 SOUTH UNTIL IT TURNS INTO US1. US1 SOUTH TO 27TH AVE., TURN LEFT,
PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT
ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
FROM THE SOUTH: US1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED SOUTH TO SO.
BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR.
CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT.
B. Facsimile responses will not be considered.
C. Failure to follow these procedures is cause for rejection of bid/proposal.
D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the
responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail
delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be
returned unopened, and will not be considered for award.
E. Late responses will be rejected.
F. All responses are subject to the conditions specified herein. Those which do not comply with these conditions
are subject to rejection.
G. Modification of responses already submitted will be considered only if received at the City before the time and
date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in
writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent
submission which alters the responses.
H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed
in a separate envelope, box, or package and each envelope, box or package must contain the information previously
stated in 1.82.A.
1.79. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government.
Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the
fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is
subject to the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all
amendments thereto and shall be paid solely by the Bidder/Proposer.
1.80. TERMINATION -The City Manager on behalf of the City of Miami reserves the right to terminate this
contract by written notice to the contractor effective the date specified in the notice should any of the following
apply:
A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract.
Page 205 of 216
Invitation for Bid (IFB) 341290,2
B. The City has determined that such termination will be in the best interest of the City to terminate the contract for
its own convenience;
C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon
the availability of appropriate funds.
1.81. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a
Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of damage or
defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami.
Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and
acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable law.
1.82. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The
City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within
the time(s) specified on their Response. Deliveries are to be made during regular City business hours unless
otherwise specified in the Special Conditions.
1.83. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the
goods/equipment or used the goods, whichever comes first.
1.84.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to
the City are subject to public disclosure pursuant to Chapter 119, Florida Statutes. An exception may be made -for
"trade secrets."
If the Response confains information that constitutes a "trade secret", all material that qualifies for exemption from
Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION,"
with your firm's name and the Solicitation number and title marked on the outside.
Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person.
By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the
City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attorney's fees incurred by
the City by reason of any legal action challenging your claim.
1.85. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor
any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is
issued and received by the Contractor. The qualified Bidder(s)/Proposer(s) shall not be paid for any work performed
or goods delivered outside the scope of the contract or any work performed by an employee not otherwise
previously authorized.
1.86. USE OF NAME - The City is not engaged in research for advertising, sales promotion, or other publicity
purposes. No advertising, sales promotion or other publicity materials containing information obtained from this
Solicitation are to be mentioned, or imply the name of the City, without prior express written permission of the City
Manager or the City Commission.
1.87. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers must
indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are
not stated on their Response, it will be assumed that the product fully complies with the City's specifications.
Page 206 of 216
Invitation for Bid (IFB) 341290,2
2. Special Conditions
2.1. PURPOSE
The purpose of this Solicitation is to establish a contract, for Pharmaceuticals and Medical Supplies, as specified
herein, from a source(s) of supply that will give prompt and efficient service fully compliant with the terms,
conditions and stipulations of the solicitation.
2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION
Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the
Purchasing Department, Attn: Yusbel Gonzalez; fax: (305) 400-5104 or email: ygonzalez@ci.miami.fl.us.
The solicitation title and number shall be referenced on all correspondence. All questions must be received no later
than Wednesday, October 31, 2012 at 5:00 PM. All responses to questions will be sent to all prospective
bidders/proposers in the form on an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER
SAID DEADLINE.
2.3. SUBMISSION OF BID RESPONSES
Due to the large number of line items in this Invitation for Bid ("IFB"), Prospective Bidders are highly encouraged
to submit their bid response electronically via the City's Oracle System ("iSupplier"). Bid responses submitted
electronically remain sealed until the bid closing date and time ("i.e. bid opening"). Furthermore, Prospective
Bidder's have the ability to attach any documentation to the bid response. Electronic responses eliminate paper and
speed up the bid tabulation process. In addition, eletronic bid responses remain in the Prospective Bidder's online
profile permanently and may be easily accessed at any time.
Instructions to submit an electronic bid response have been provided and may be downloaded by clicking on the
"Header" tab and then scrolling down to the "Notes and Attachments" section of the solicitation in the iSupplier
system.
2.4. TERM OF CONTRACT
The Contract shall commence upon the date of notice of award and shall be effective for two (2) years with the
option to extend for three (3) additional one (1) year periods, subject to the availability of funds for succeeding fiscal
years.
Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder. This
prerogative will be exercised only when such continuation is clearly in the best interest of the City.
2.5. CONDITIONS FOR RENEWAL
Each renewal of this contract is subject to the following:
(1) Continued satisfactory performance compliance with the specifications, terms and conditions established
herein.
(2) Availability of funds
Page 207 of 216
Invitation for Bid (IFB) 341290,2
2.6. ESCALATION / DE-ESCALATION CLAUSE
The City acknowledges the fluctuating nature of prices for items specified. Accordingly an escalator/de-escalator
clause will be accepted only under the following conditions:
(1) Price increase(s) and price decrease(s) comparable to documented manufacturer's price changes.
(2) Receipt of proper notification to the Purchasing Department, in writing, of all items affected by price
increases/decreases.
(a) Written notification must be received at least sixty (60) calendar days prior to the effective date ofa
price change.
(3) Where all prices shall have remained firm for a minimum of two (2) years after effective date of contract.
(4) All prices increase(s) and decrease(s) to be approved by the Purchasing Director.
(5) Escalated prices, if any, shall remain firm during the applicable contract year.
The City may, after review, refuse to accept the adjusted costs if they are not properly documented, increases are
considered to be excessive, or decreases are considered to be insufficient. In the event the City does not wish to
accept the adjusted costs, and the matter cannot be resolved to the satisfaction of the City, the City reserves the right
to cancel the contract upon giving thirty (30) days notice to the Successful Bidder.
2.7. EQUITABLE ADJUSTMENT
The Purchasing Department may, in its sole discretion, make an equitable adjustment in the contract terms and/or
pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is,
by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the
successful bidder(s) control, (2) the volatility affects the marketplace or industry, not just the particular contract
source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the
successful bidder(s) that continued performance of the contract would result in a substantial loss. Successful
bidder(s) might have to supply documentation to justify any requested percentage increase in cost to the City
of Miami.
2.8. NON -APPROPRIATION OF FUNDS
In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal
period for payments due under this contract, then the City, upon written notice to Contractor or his assignee of such
occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No
guarantee, warranty or representation is made that any particular or any project(s) will be awarded to any firm(s).
2.9. METHOD OF AWARD
LINE ITEMS
Award of the line items identified in this contract will be made to the three (3) lowest responsive and responsible
bidders on an item -by -item, a combination/group of items, or a total of all items basis, whichever is in the best
interest of the City. Bidders may bid on one or all items. The City shall select three (3) vendors, with the lowest
deemed the "Primary Vendor", the next lowest the "Secondary Vendor", and the following lowest the "Tertiary
Vendor".
Page 208 of 216
Invitation for Bid (IFB) 341290,2
The Primary Vendor shall be given the first opportunity to deliver the line items identified in this contract. If the
Primary Vendor is unable to provide the goods, the City shall seek the goods from the Secondary Vendor. Should
the Secondary Vendor be unable to provide the goods, the Tertiary Vendor will then be notified to fulfill the order.
BALANCE OF LINE
While the City has listed all needed items on the bid solicitation, there may be ancillary items that may be purchased
by the City during the term of this contract. For this reason, bidders are requested to quote the percentage discount
that will be offered to the City for items which do not appear in the Line Items section of this bid solicitation.
Award of the Balance of Line will be made to a responsive and responsible bidder, per manufacturer brand, who
offers the highest percentage discount off the proposed manufacturer's latest published price list or catalog. The
bidder may submit its proposed manufacturer's price list or catalog with its bid response in order to be considered
for award; or at least within fifteen (15) calendar days from receipt of Notice of Award. The price list or catalog
must be common to and accepted by the industry in general. For electronic bid responses, the manufacturer price list
or catalog may be attached under the "Attachments" section, under the "Header" tab, in the City's Oracle System.
2.10. BIDDER'S MINIMUM QUALIFICATIONS
Bids will be considered only from firms that are regularly engaged in the business of providing goods and/or
services as described in this Bid; that have a record of performance for a reasonable period of time; and that have
sufficient financial support, equipment and organization to insure that they can satisfactorily provide the goods
and/or services if awarded a Contract under the terms and conditions herein stated. Bidder shall:
(1) Not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving
the City, is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on
any previous contract with the City.
(2) Have no record of pending lawsuits or criminal activities, and have never been declared bankrupt.
(3) Be a Manufacturer OR Manufacturer Authorized Distributor/Reseller of the pharmaceuticals and medical
supplies specified in this Invitation for Bid.
(a) Prospective Bidder must provide, at time of bid submittal, manufacturer certification (i.e. letter,
certificate, or other verifiable source) demonstrating that bidder is a manufacturer OR manufacturer
authorized distributor/reseller. Failure to provide this information at time of bid submittal, may deem
bidder non -responsive.
2.11. DELIVERY TIME FROM RECEIPT OF ORDER
Bidders shall specify in its bid response the guaranteed delivery time (in calendar days) for each item. It must be a
firm delivery time; no ranges will be accepted, i.e.; 12-14 days.
The guranteed delivery time may be extended in such cases when the delay is the result of a natural disaster, war,
civil commotion, strike, manufacturer or distributor backorder, or any other condition beyond the control of the
Successful Bidder(s), provided that written notice of such delay is sent via e-mail to the Contract Administrator or
Designee and approved before hand. The City reserves the right to cancel any order that may not be delivered within
the guaranteed delivery time and seek the items from the next lowest bidder (i.e. Secondary, Tertiary Vendor).
2.12. FAILURE TO PERFORM
Page 209 of 216
Invitation for Bid (IFB) 341290,2
Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken within 48
hours of any failure to perform according to the requirements of this contract, the City reserves the right to declare
Contractor in default of the contract or make appropriate reductions in the contract payment.
2.13. EQUAL PRODUCT
Manufacturer's name, brand name and model/style number when used in these specifications are for the sole
purpose of establishing minimum requirements of levels of quality, standards of performance and design required
and is in no way intended to prohibit the bidding of other manufacturer's brands of equal material, unless otherwise
indicated. Equal (substitution) may be bid, provided product so bid is found to be equal in quality, standards of
performance, design, etc. to item specified, unless otherwise indicated. Where equal is proposed, bid must be
accompanied by complete factory information sheets (specifications, brochures, etc.) and test results of unit
bid as equal. Failure to do so at time of bid may deem your bid non -responsive.
2.14. PRODUCT/CATALOG INFORMATION
All bidders must submit product information on the items they propose to furnish on this bid. Any bid received not
containing this information may be rejected for that reason. If product/catalog numbers shown in this bid are
incorrect or obsolete, it is the responsibility of the vendor to update or advise the City of this problem. The City will
issue an addendum to correct and update the product/catalog numbers, when applicable. The product/catalog number
you show on your bid is the one the City will expect to receive.
2.15. NO SUBSTITUTION
When "No Substitution" is used in combination with a manufacturer's name, brand name and/or model number that
named item is the only item that will be accepted by the City.
2.16. METHOD OF PAYMENT
Payment will be made upon receipt and acceptance of goods ordered via a Blanket Release (i.e. "Purchase Order").
No down or partial down payments will be made.
2.17. ORDERING METHOD AND ORDER CONFIRMATION
All orders/requests for items covered under this contract will require the issuance of a Blanket Release (i.e.
"Purchase Order") prior to delivery. Items ordered and delivered without the prior issuance of Blanket Release shall
be considered UNAUTHORIZED, in accordance with General Terms and Conditions Section 1.85 of the IFB,
Upon receipt of Blanket Release from the City and shipment of goods ordered, Bidder shall send via e-mail an Order
Confirmation to the Contract Administrator or Designee which details the goods shipped and commercial courier
tracking information.
2.18. PACKING SLIP/DELIVERY TICKET TO ACCOMPANY ITEMS DURING DELIVERY
Page 210 of 216
Invitation for Bid (IFB) 341290,2
The Successful Bidders shall enclose a complete packing slip or delivery ticket with any items to be delivered in
conjunction with,this bid solicitation. The packing slip shall be attached to the shipping carton(s) which contain the
items and shall be made available to the City's authorized representative during delivery. The packing slip or
delivery ticket shall include, at a minimum, the following information: purchase order number; date of order; a
complete listing of items being delivered with the display of the expiration date of each drug/pharmaceutical in a
readable fashion; and back -order quantities and estimated delivery of back -orders if applicable.
2.19. COMPLIANCE WITH STATE OF FLORIDA STATUTE 465.0255
Successful Bidders under this contract shall comply at all times with the requirement stipulated under Florida Statute
465.0255 (1), which states: "The manufacturer, repackager, or other distributor of any medicinal drug shall display
the expiration date of each drug in a readable fashion on the container and on its packaging. The term "readable"
means conspicuous and bold."
Drugs received by the City which do not adhere to the requirement above, shall be returned and replaced by the
Successful Bidder at no charge to the City.
2.20. ADDITION/DELETION OF ITEMS/PRODUCTS
Although this Solicitation identifies specific items/products to be provided, it is hereby agreed and understood that
any related item/products may be added/deleted to/from this contract at the option of the City. When an addition to
the contract is required, the Successful Bidder(s) under this contract, and other suppliers, as deemed necessary, shall
be invited to submit price quotes for these new items/products. If these quotes are comparable with market prices
offered for similar items/products, the supplier(s), if applicable, and item(s) shall be added to the contract. An
amendment and updated Blanket Purchase Agreement shall be issued by the City. The newly added items/products
shall be ordered via a Blanket Release / Purchase Order.
2.21. PRE-BID/PRE-PROPOSAL CONFERENCE
None
2.22. CONTRACT ADMINISTRATOR
Upon award, contractor shall report and work directly with Lieutenant Kamal Rashad, who shall be designated as
the Contract Administrator.
2.23. SAMPLES
Bidders shall provide, within seven (7) calendar days after a formal request is made by the City, a complete and
accurate sample of the product(s) which they propose to furnish under this solicitation.
2.24. TIE BIDS
Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for
Page 211 of 216
Invitation for Bid (IFB) 341290,2
the procurement of commodities or contractual services, a Bid received from a business that certifies that is has
implemented a drug -free workplace program shall be given preference in the award process. Established procedures
for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to
have a drug -free workplace program, a business shall:
(1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or
use of a controlled substance is prohibited in the workplace and specifying the action that will be taken against
employees for violations of such prohibition.
(2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a
drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the
penalties that may be imposed upon employees for drug abuse violations.
(3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of
the statement specified in subsection (1).
(4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the
commodities or contractual services that are under Bid, the employee will abide by the terms of the statement and
will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or
of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later
than five (5) days after such conviction.
(5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation
program, if such is available in the employee's community, by any employee who is so convicted.
(6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section.
2.25. MATERIALS SHALL BE NEW AND WARRANTED AGAINST DEFECTS
The Bidder hereby acknowledges and agrees that all pharmaceuticals and medical supplies, supplied by the Bidder
in conjunction with this Bid shall be new (at least a 90% shelf life at time of receipt by the City), warranted for their
merchantability, and fit for a particular purpose.
In the event any of the items supplied to the City by the Bidder are found to be defective or do not conform to
specifications, the City reserves the right to cancel the order and return such items to the Bidder to replace the the
items at the Bidder's expense.
2.26. WARRANTY, FITNESS FOR PURPOSE
The vendor warrants items supplied under this contract conform to specifications herein, and are fit for the purpose
for which such goods are ordinarily employed; except if stated in a Special Condition, the material must then fit that
particular purpose. The vendor and the City agrees that orders under this contract does not exclude, or in any way
limit, other warranties, provided in this agreement or by law.
2.27. QUALITY AND MANUFACTURE
The apparent silences of these specifications as to any details or the apparent omission from it of a detailed
description concerning any point, shall be regarded as meaning that only materials and workmanship of first quality
are to be used. All interpretations of these specifications shall be made upon the basis of this statement.
Page 212 of 216
Invitation for Bid (IFB) 341290,2
Specifications, brands and manufacturers' names, where given, are to establish product type and quality required.
Any equal thereto will be considered, subject to the approval of the City of Miami. Bidders shall indicate on the Bid
Sheets, the manufacturer, brand and model or style number they intend to supply to the City, for each item bid. All
materials shall be new, of current manufacture, and shall carry standard warranties. No substitutions shall be
allowed after the bid is awarded unless so authorized by the City.
The City reserves the right to perform its own testing procedures or to send any and all samples to any certifiable
laboratory for analysis. Any and all costs for testing shall be borne by bidder. On the basis of this testing and
analysis, the City shall be sole judge of the acceptability of the sample in conjunction with the bid specifications and
it's decision shall be final. Any sample submitted shall create an express warranty that the whole of the goods
and/or services to be provided by the bidder during the contract period shall conform to the sample submitted. The
bidder shall be required to provide adequate restitution to the City, in the manner prescribed by the City, if this
warranty is violated during the term of the contract.
2.28. PRODUCT SUBSTITUTES
In the event a particular approved and awarded manufacturer's product becomes unavailable during the term of the
Contract, the Contractor awarded that item may arrange with the authorized City representative (Contract
Administrator or Designee), to supply a substitute product at the bid price or lower*, provided that a sample is
approved beforehand and that the new product meets or exceed all quality requirements. Bidder shall not deliver any
substitute product as a replacement to an approved and awarded manufacturer product without express written
consent of the Department of Purchasing and Fire -Rescue prior to such delivery.
Contractor shall replace items purchased by the City which are of unacceptable quality or which are determined by
the using department unserviceable for any reasons. Items covered by express warranty shall be governed by terms
and conditions therein.
*When the awarded bidder is unable to provide the substitute product at the same bid price (or lower), the City shall
either purchase the substitute item pursuant to the Balance of Line percentage discount or in accordance with the
procedure described in the Special Conditions, Additions/Deletions of Items/Products, of the IFB.
2.29. REFERENCES
Each bidder must provide at least three (3) references in the Header / Attributes / Certifications Section of the
Invitation for Bid. References must include the name of the agency/company, dates of contract, description of goods
supplied, a contact person, telephone number, and e-mail address. Failure to provide at least three (3) references
may deem bidder non -responsive.
2.30. SPECIFICATION EXCEPTIONS
Specifications are based on the most current literature available. Bidder shall notify the City of Miami Purchasing
Department, in writing, no less than ten (10) days prior to solicitation closing date of any change in the
manufacturers' specifications which conflict with the specifications. For hard copy bid submittals, bidders must
explain any deviation from the specifications in writing as a footnote on the applicable specification page and
enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. For
Page 213 of 216
Invitation for Bid (IFB) 341290,2
electronic bid submittals, bidders must explain in the Header Section or by an Attachment and, if applicable, enclose
a scanned copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission.
Additionally, bidders must indicate any options requiring the addition of other options, as well as those which are
included as a part of another option. Failure of bidders to comply with these provisions will result in bidders being
held responsible for all costs required to bring the item(s) in compliance with contract specifications.
2.31. TERMINATION
A. FOR DEFAULT
If Contractor defaults in its performance under this Contract and does not cure the default within 30 days after
written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice
without penalty to the City of Miami. In such event the Contractor shall be liable for damages including the excess
cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Contractor
was not in default or (2) the Contractor's failure to perform is without his or his subcontractor's control, fault or
negligence, the termination will be deemed to be a termination for the convenience of the City of Miami.
B. FOR CONVENIENCE
The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in
the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or software, and so
terminated for the convenience by the City of Miami the Contractor will be compensated in accordance with an
agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami
shall be liable only for payment in accordance with the payment provisions of the Contract for those services
rendered prior to termination.
2.32. ADDITIONAL TERMS AND CONDITIONS
No additional terms and conditions included as part of your solicitation response shall be evaluated or considered,
and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this
solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in
transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General
Conditions and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that
the bidder's/proposer's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this. If
a Professional Services Agreement (PSA) or other Agreement is provided by the City and is expressly included as
part of this solicitation, no additional terms or conditions which materially or substantially vary, modify or alter the
terms or conditions of the PSA or Agreement, in the sole opinion and reasonable discretion of the City will be
considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to
this PSA or Agreement.
2.33. PRIMARY CLIENT (FIRST PRIORITY)
The successful bidder(s)/proposer(s) agree upon award of this contract that the City of Miami shall be its primary
client and shall be serviced first during a schedule conflict arising between this contract and any other contract
successful bidder(s)/proposer(s) may have with any other cities and/or counties to perform similar services as a
result of any catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency
Page 214of216
Invitation for Bid (IFB) 341290,2
impacting various areas during or approximately the same time.
2.34. BALANCE OF LINE PERCENTAGE DISCOUNT SHALL BE FIXED FOR THE DURATION OF
THE CONTRACT
With the exception of increases to the percentage discount awarded, the percentage discount shall be fixed for the
duration of the contract (including all renewal options). Successful Bidder(s) will be allowed to submit, throughout
the term of the contract, updated new price lists or catalogs to the Department of Purchasing at 444 S.W. 2nd Ave,
6th Floor, Miami, Florida 33130 (Attention Mr. Yusbel Gonzalez). If accepted, these price lists or catalogs will
become effective on the date indicated in the Amendment published by the Purchasing Department.
Page 215 of 216
Invitation for Bid (IFB) 341290,2
3. Specifications
3.1. SPECIFICATIONS/SCOPE OF WORK
For Specifications, please refer to the "Lines" section of this Invitation for Bid (IFB).
Page 216 of 216