Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

65 -- MEDICAL SUPPLIES

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N0018907T0474MEDSUPPLY
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The government intends to negotiate a Firm Fixed Price type purchase order for material in accordance with FAR part 13 for the FIRST NAVAL CONSTRUCTION DIVISION. This is a combined synopsis and solicitation. These items are required for the safety of field personnel during exercises. The following items are required: CLIN0001: TACTICAL BURN MANAGEMENT KIT, NSN 6515-01-518-8603 (QTY 8); CLIN0002: MOBILITY MEDICAL BAG, NSN 6515-01-537-9269 (QTY 8); CLIN0003: TACTICAL TRACTION SPLINT, NSN 6515-01-346-9186 (QTY 8); CLIN0004: AMBU PERFIT ACE NECK BRACE, NSN 6515-01-516-1585 (QTY 8; CLIN0005: HYPOTHERMIA PREV AND MGT KIT, NSN 6515-01-532-8056 (QTY 8); CLIN0006: COMBAT LIFESAVER BAG, NSN 6545-01-543-2956 (QTY 25). These items will fall under North American Industrial Classification System (NAICS) code 339113. An Offeror may correct a deficiency only through discussions. The Government intends to award a contract without discussions, as permitted by 52.212-1(g). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The relative order of importance of the evaluation factors is set forth in descending order of importance. Technical Features list will be compared to the requirements of the customer and shall be evaluated ?PASS? OR ?FAIL? (More important than price) Price The least important, but will become more important as technical and delivery are more closely aligned. Evaluation Criteria: Technical Proposal: Technical proposals submitted by each offeror will be evaluated Pass/Fail. The Government will not give any favorable consideration, preference, ?extra credit,? or other positive evaluation to any matters contained in a section of the offeror?s proposal, which could be construed to exceed the minimum requirements. If the technical proposal is determined ?fail?, it renders the entire proposal unacceptable. The Contracting Officer will use the following definitions as guidelines in evaluation of technical proposals: Pass (P): The proposal is responsive to all aspects of the solicitation. The proposal meets all of the desired requirements specified in the RFQ. The offeror demonstrates an understanding of the requirements. Good probability of success. Offeror must identify whether Brand Name or equal product will be used. All equal products must be accompanied with manufacturer?s salient characteristics, brochures, and literature or other information that will enable a clear technical capability analysis. No deficiencies and very few significant weaknesses noted. Fail (F): The proposal or portion thereof, is unacceptable and clearly inadequate and fails to meet explicit and implicit RFQ requirements. The offeror fails to adequately demonstrate understanding of the requirements or to evidence a solid level of competence in the area. Only through discussions and a revision to the proposal could the Technical Proposal be deemed acceptable. No reasonable chance of being selected for award as currently submitted. Price Evaluation: The offeror?s proposed price will be evaluation on the basis of price reasonableness in accordance with FAR Subpart 13.106-3. The evaluation may include, but not limited to: Price comparison with other offerors, Completeness: All pricing information as it directly relates to the SOW; and Comparison with Independent Government estimates. All parts will be shipped to FIRST NAVAL CONSTRUCTION DIVISION, SK2 AMY MCLEROY, 1310 8TH STREET, SUITE 100, NORFOLK VA 23521-2435, TEL: 757-462-7263 X-238. Submit all quotes FOB Destination. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2006) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2007); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAR 2007), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003), 52.215-5 Facsimile Proposals (OCT 1997); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), the following clause applies and is incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), 252.232-7003 Electronic Submission Of Payment Requests (MAR 2007), At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested items, with their unit prices, extended prices, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. All responsible sources must submit pricing and past performance data by 3:00 PM EST on 14 September, 2007. The following FAR clause applies to this solicitation and is incorporated by full text: 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at http://www.neco.navy.mil or at http://www.fedizopps.gov. This office no longer issues hardcopy solicitations. The Contracting Officer reserves the right to conduct verbal or written discussions with respect to other than price with the offerors at anytime prior to award. By submitting a proposal, the offeror will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred or otherwise ineligible to receive contracts from any Federal Agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside of the United States. Lack of registration in the CCR database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://ccr.gov.
 
Place of Performance
Address: FIRST NAVAL CONSTRUCTION DIVISION, SK2 AMY MCLEROY, 1310 8TH STREET, SUITE 100, NORFOLK VA
Zip Code: 23521-2435
Country: UNITED STATES
 
Record
SN01399304-W 20070909/070907222529 (fbodaily.com)
 
Source
FedBizOpps 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.