Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
SOLICITATION NOTICE

Q -- Perfusion Services

Notice Date
6/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403R0051
 
Response Due
7/10/2003
 
Archive Date
8/9/2003
 
Point of Contact
Maria Papet 619 532-2559 Maria Papet, Contracting Officer 619 532-2559
 
E-Mail Address
Email your questions to Click here to contact the Contracting Officer via e-mail
(maria.papet@navy.mil)
 
Description
The purpose of this amended synopsis announcement is to fully advertise this requirement using a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This procurement is unrestricted; all responsible sources may submit an offer. This announcement constitutes the ONLY solicitation; proposals are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number N00244-03-R-0051 applies and is issued as a Request for Proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 13. The NAICs is 621999 and the small business size standard of $8.5 million is applicable. The contractor will perform a full range of perfusion procedures for the Cardiothoracic Surgery Division at Naval Medical Center, San Diego, CA. The proposed contract is a non-personal health care requirement. Proposed unit prices must include all incidental costs. Payment will be based on the accomplishment of a specific result. The proposed contract will be an indefinite delivery, requirements, a firm fixed price with a base year and four one-year options. The proposed period of performance for the base year is 1 October 2003. Contact the Contracting Officer for a copy of Section B, the Statement of Work, Offeror Representations and Certifications-Commercial Items (FAR 52.212-3 JUL 2002 and Alt 1, APR 2002, DFAR 252.212-7000 Offeror Representation and Certifications ? Commercial Items and applicable attachments. The provision entitled Offeror Representations and Certifications is a fill in. All applicable fields must be completed and submitted with your proposal. IMPORTANT NOTICE: DFARS 252.204-7004 ? Central Contractor Registration? (CCR) is required. Lack of registration in the CCR will make an offeror INELIGIBLE FOR AWARD. Call 1-888-227-2423 or visit the CCR website at http://www.ccr.gov/ for more information. The following provisions and clauses are applicable and are hereby incorporated into the solicitation by either by reference and or full text. Full text of the clauses can be accessed via the internet using the following web-site addresses: http:www.arnet.gov or http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors ? Commercial Items (OCT 2000) contains the guidelines for submission of proposals. FAR 52.212-2 Evaluation ? Commercial Items (JAN 1999), with paragraph (a) completed as follows: (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose of fer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (A) Technical Capability (B) Past performance (C) Price. For Factor A, to determine technical capability, Offerors shall provide a minimum of three resumes (see Resume Attachment) for proposed full-time perfusionists, which at minimum provide evidence of the following: (1) Current physical examination with evidence of sound physical and mental health (A physical examination is deemed current, if it was issued within 5 years for an individual up to fifty years of age and within 2 years after fifty years of age); (2) Evidence of immunity to MMR, an annual negative Tuberculin Skin test and immunity to Hepatitis B (or show proof of receiving vaccination); (3) Certificate, diploma or degree in Perfusion; (4) ?Provide current and last three years? annual board certification by the American Board of Cardiovascular Perfusion (ABCVP) - (certified eligible is NOT sufficient); (5) Current Basic Cardiac Life Support (BCLS) with evidence of re-certification receipt every two years; (6) Letters of recommendation from two physicians or hospital administrators, attesting to the perfusionists? clinical skills; (7) -Proof of at least three years of experience as an ABCVP certified perfusionist; (8) -Documentation demonstrating average caseload, over past three years, of at least 100 cardiopulmonary bypass cases (per perfusionist); In addition, the contractor shall provide (9) A copy of its Quality Assurance Program, which addresses credentials, quality assurance/quality control indicators, capital equipment preventive maintenance, and an up-to-date Policy and Procedure Manual (p rotocols) and (10) Indemnification and Medical Liability Insurance Certificate as required by FAR 52.237-7 cited elsewhere in this solicitation. These requirements are also specified in the statement of work. All technical capability documentation/ information submitted will be subject to verification. Technical requirements described in (1) through (10) above represent the minimum criteria for a technically acceptable offer. Failure to meet these criteria will render the offer technically unacceptable and the offer will not be considered for award. Only those offerors determined technically acceptable will be further evaluated for past performance and price. For Factor B, past performance provide data on your two most recently completed (not to exceed 3 years since completion) federal government contracts for similar services. If you do not have federal contracts, you ma y provide state, local or commercial contracts. Provide the contract number, date of contract, point of contact, telephone number and e-mail address. In addition, provide a description of the procedures performed under each contract. Information on past performance will be obtained from these references as well as any other sources that may have relevant information. For Factor C, Offerors shall provide current pricing for each CLIN/SUBCLIN (see Section B Attachment). Offerors that take exception and do not meet the Government?s requirement may be determined to be unacceptable and not considered for award. The ability to meet required response times/schedules and certification requirements for perfusionists represent the minimum criteria for an acceptable offer. Failure to meet these criteria will render the offer technically unacceptable and the offer will not be cons idered for award. Response times/schedules and certification requirements are set forth in the statement of work. Ability to meet required response times/schedules shall be demonstrated by the offeror?s submission of a signed offer, which has not taken exception to these requirements. Offerors taking exception to these requirements will be determined to be unacceptable and not considered for award. Award will be made to that responsible offeror who meets the above minimum technical capability requirements, demonstrates acceptable past performance and offers the lowest price. FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (JUL 2002) and 52.212-3 Alt 1, APR 2002 FAR 52.212-4 Contract Terms and Conditions ? Commercial Items FEB 2002 Addendum to 52.212-4 are incorporated by reference or full text as applicable; 52.216-18 Ordering (OCT 1995)-para. a. fill ins ? 1 Oct 2003 through 30 Sep 2004; 52.216-19, Order Limitations (OCT 1995), fill ins are as follows: para. (a), $50; para. (b)(1) $550; para (b)(2) $1600; para. (b)(3) n/a; para. (d) within 1 day; 52.216-21, Requirements (OCT 1995), fill-ins as follows: para. (f) the contract expiration date; 52.216-21, Requirements, Alt 1, (APR 1984), 52.247-4 FOB Destination; local clauses 331, Review of Agency Protests (MAR 2000); 332, Unit Prices (OCT 2001); 333, Contractor Operator Cranes (NOV 2001); 52.217-5 Evaluation of Options (JUL 1990);52.217-8 Option to Extend Services (NOV 1999) applies with the last sentence reading as follows: ?The Contracting Officer may exercise the option by written notice to the Contractor prior to contract expiration.?; 52.217-9 Option to Extend Term of Contract (MAR 2000) applies with paragraph (a) completed as follows: The Government may exte nd the term of this contract by written notice to the Contractor prior to contract expiration, and paragraph (c) completed as follows: five years and six months; 52.232-18 Availability of Funds (APR 1984); 52.237-7 Indemnification and Medical Liability Insurance (JAN 1997), fill ins are as follows: para. (a) $1 million per incident, $5 million aggregate per year; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2002) applies with the following clauses: 52.203-6 Restrictions on Subcontractor Sales to the Government-Alt I (OCT 1995); 52.219-8 Utilization of Small Business Concerns (OCT 2000); 52.219-9 Small Business Subcontracting Plan (JAN 2002); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (APR 2002);52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of th e Vietnam Era and other Eligible Veterans (DEC 2001);52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998);52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001); 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.201-7000 Contracting Officer?s Representative 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003)52.203-3 Gratuities (APR 1984); 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991);252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan(APR 1996); 252.232-7003 Electronic Submission of Payment Requests (MAR 2003 ). The following clause is incorporated in full text: INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICES Invoices for services rendered under this contract shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF). The contractor shall self-register online at https://rmb.ogden.disa.mil. Vendor training is also available online at http://www.wawftraining.com/. The contractor shall select the 2-in-1 invoice within WAWF as the invoice type. The 2-in-1 invoice prepares the Material Inspection and Receiving Report, DD Form 250, and the invoice in one document. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. All Microsoft Office document files are attachable to the invoice in WAWF. The following information regarding FISC and NMCSD is provided for completion of the invoice in WAWF: Issu ing Office DODAAC: N00244 Administrative Office DODAAC: N00244 Acceptor Office DODAAC: N00259 Local Processing Office DODAAC:N00259 Payment Office DODAAC: N68688 Consistent with the contract terms and conditions, the contractor shall submit invoices in arrears for Government payment processing. Points of contact: WAWF Training and Information: (to be designated after contract award) Invoices: (to be designated after contract award) Submit your Proposal including pricing and all other required documentation no later than 3:00 PM (PST) on July 10, 2003 to the Fleet and Industrial Supply Center, San Diego, Attn: Maria Papet, Code 2503, Bldg 1, 7th Floor 937 North Harbor Drive, San Diego, CA 92132-0060 Offerors are required to complete and include a copy of the following provisions with their proposals: Section B (Pricing) FAR 52.212-3 Offeror Representa tion and Certifications ? Commercial Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items, Alt 1 DFAR 252.212-7000 Offeror Representation and Certifications ? Commercial Items All responsible offerors are to submit current pricing, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number, and the contractor?s complete mailing and remittance addresses, phone number and e-mail address. Also required are copies of applicable commercially published price lists pertaining to the contractor?s services that meet the specifications, along with applicable government discounts. The RFP will be available at this web link : http://www.neco.navy.mil Please contact the Contracting Officer for copies of the Attachments and full text of Local Clauses at maria.papet@navy.mil.
 
Web Link
Click here to learn more about FISC San Diego
(http://sd.fisc.navy.mil)
 
Record
SN00358091-W 20030628/030626223138 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.