Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2011 FBO #3506
SOLICITATION NOTICE

65 -- BAIR PAWS WARMING SYSTEM AND GOWNS

Notice Date
6/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ11T0070
 
Response Due
7/12/2011
 
Archive Date
9/10/2011
 
Point of Contact
Rita Y. Ware, 757-314-7550
 
E-Mail Address
Medcom Contracting Center North Atlantic
(rita.y.ware@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W91YTZ-11-T-0070. The solicitation is being issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This requirement will be unrestricted. This will be a Firm-Fixed Price type contract. The applicable North American Standard Industry Classification System (NAICS) Code for this acquisition is 339113 with an employee business size standard of 500. It is anticipated that the period of performance will be for one base year, plus four, 1- year option periods. The North Atlantic Regional Contracting Office (NARCO), McDonald Army Health Center, Fort Eustis, VA has a requirement for the following: All offerors shall provide a quotation for the following line items: See Attachment for submitting quote. CLIN 0001 Quantity: 10 each Base Year - Period of Performance: 01 October 2011 through 30 September 2012. No cost use of ten (10) Bair paws Warming System, model #850, to include normal and emergency repairs, parts, and preventive maintenance as necessary for McDonald Army Health Center, Fort Eustis, Virginia. CLIN 0002 Quantity: 40 cases Base Year - Period of Performance: 01 October 2011 through 30 September 2012. Patient warming gowns, standard size, catalog #81000. 30 units per case for McDonald Army Health Center, Fort Eustis, Virginia. CLIN 1001 Quantity: 10 each Base Year - Period of Performance: 01 October 2012 through 30 September 2013. No cost use of ten (10) Bair paws Warming System, model #850, to include normal and emergency repairs, parts, and preventive maintenance as necessary for McDonald Army Health Center, Fort Eustis, Virginia. CLIN 1002 Quantity: 40 cases Base Year - Period of Performance: 01 October 2012 through 30 September 2013. Patient warming gowns, standard size, catalog #81000. 30 units per case for McDonald Army Health Center, Fort Eustis, Virginia. CLIN 2001 Quantity: 10 each Base Year - Period of Performance: 01 October 2013 through 30 September 2014. No cost use of ten (10) Bair paws Warming System, model #850, to include normal and emergency repairs, parts, and preventive maintenance as necessary for McDonald Army Health Center, Fort Eustis, Virginia. CLIN 2002 Quantity: 40 cases Base Year - Period of Performance: 01 October 2013 through 30 September 2014. Patient warming gowns, standard size, catalog #81000. 30 units per case for McDonald Army Health Center, Fort Eustis, Virginia. CLIN 3001 Quantity: 10 each Base Year - Period of Performance: 01 October 2014 through 30 September 2015. No cost use of ten (10) Bair paws Warming System, model #850, to include normal and emergency repairs, parts, and preventive maintenance as necessary for McDonald Army Health Center, Fort Eustis, Virginia. CLIN 3002 Quantity: 40 cases Base Year - Period of Performance: 01 October 2014 through 30 September 2013. Patient warming gowns, standard size, catalog #81000. 30 units per case for McDonald Army Health Center, Fort Eustis, Virginia. CLIN 4001 Quantity: 10 each Base Year - Period of Performance: 01 October 2015 through 30 September 2016. No cost use of ten (10) Bair paws Warming System, model #850, to include normal and emergency repairs, parts, and preventive maintenance as necessary for McDonald Army Health Center, Fort Eustis, Virginia. CLIN 4002 Quantity: 40 cases Base Year - Period of Performance: 01 October 2015 through 30 September 2016. Patient warming gowns, standard size, catalog #81000. 30 units per case for McDonald Army Health Center, Fort Eustis, Virginia. PROVISONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/far. 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) Addendum to 52.212-4 The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-41, Service Contract Act of 1965 (Nov 2007) 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Sep 2009) 52.222-50, Combating Trafficking In Persons (Feb 2009) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-18, Availability of Funds (Apr 1984) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 52.233-3, Protest After Award (Aug 1996) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.242-13, Bankruptcy (Jul 1995) 252.201-7000, Contracting Officer's Representative (Dec 1991) 252.203-7000, Requirements Relating To Compensation of Former DOD Officials (Jan 2009) 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Jan 2009) 252.204-7003, Control Of Government Personnel Work Product (Apr 1992) 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (Mar 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.242-7001, Pricing Of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 52.216-8, Option to Extend Services (Nov 1999) 52.216-9, Option to Extend the Term of the Contract (Mar 2000) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 52.252-2, Clauses Incorporated By Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) 252.204-7008, Export-Controlled Items (Apr 2010) 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable To Defense Acquisitions of Commercial Items (Mar 2011)(Deviation) LC 5002, WAWF 52.212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Mar 2011)(Deviation) 52.212-1, Instructions to Offerors - Commercial ADDENDUM TO 52.212-1 Para (b) Submission of Offers. The following supplements this paragraph with respect to the information and documents required for submission in response to this solicitation: (1) ELECTRONIC OFFERS. Offerors may submit electronic offers in response to this solicitation. The offer must arrive by the time specified in the solicitation to the following email address: judith.highsmith@amedd.army.mil or judith.highsmith@us.army.mil. (2) Offerors must request verification by email to Judith Highsmith to confirm that their proposal was received by the time specified in the solicitation. The Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the emailed offer. (3) The Government intends to award a firm fixed-price contract under the authority of Section 1091 and 1089 of Title 10, U.S.C. Offerors must quote a firm-fixed price for each Contract Line Item. (4) Any questions with respect to the solicitation shall be submitted to Judith Highsmith @ judith.highsmith@us.army.mil by July 6, 2011. Telephone calls will not be accepted nor responded to. Responses will be emailed to all interested bidders. (5) PROCESS FOR AWARD. Award will be made to low price technically acceptable offeror with an acceptable record of past performance. The Contracting Officer intends to award without discussions, but reserves the right to do so in his or her sole discretion. The contract will be awarded strictly in accordance with the criteria and process established in FAR Part 12. (6). BASIS FOR AWARD. The Government will make a low price technically acceptable award consistent with the evaluation criteria discussed in the FAR 52.212-2 and the Addendum to FAR 52.212-2. (7). SUBMISSION OF OFFERS. The solicitation should be completed, signed and received at this office not later than the date/time specified in Block 8 of the solicitation (Standard Form [SF] 1449). Please note that your offer must include all of the following information. Submit proposal in three separate parts as follows: PART I:TECHNICAL INFORMATION. The offeror shall submit product literature, catalogs, etc., demonstrating their operating plans for maintaining and ensuring the functionality of the instrument, training and validation procedures, and system software and upgrade procedures. The Contractor shall be responsible for ensuring that the quality of service and materials provided under this contract meet or exceed industry standards. PART II: PRICE. If the prices are the same for each contract period, provide one schedule and state that the schedule applies to all contract periods. The information provided in this schedule will be used to assist in the price analysis described in EVALUATION OF THE PROPOSED PRICES, in ADDENDUM TO FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS. Please submit the following: a)Price Schedule- (Base and option years). DO NOT round figures in the pricing schedule. b)Complete and sign SF 1449, page 1, Blocks 17a & b, 30a, b & c. c) Signed amendments (if any). d)Representations and Certifications found at FAR 52.209-7, 52.212-3 Alt 1, and DFAR 252.212-7000 MUST be completed. PART III: PAST PERFORMANCE. Offeror is required to submit information, on a single page, identifying federal, state and local government and private contracts performed within the past three years, which are similar in scope, type of work, and complexity to the effort described in this solicitation. If none, offeror should so state and provide information on references. Para (g) Contract award. This is amended to provide that the Government may conduct discussions prior to contract award at its sole discretion. Para (j) Data Universal Numbering System (DUNS) / CAGE Code. The offeror shall obtain these said Codes and submit them to Contracting Center. Registration in the Central Contractor Registration (CCR) and the Online Representations and Certifications, if you are a US firm. Award cannot and shall not be made to an offeror without these codes. Para (k) Proposal Preparation Costs. The Government will not pay any costs incurred in the submission of an offer, in making any necessary studies for the preparation thereof, or for any visit(s) the Contracting Officer may request for the purpose of clarification of the offer. Para (l) The offeror is responsible for ensuring that its proposal is complete. The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of any stated claims. The proposal shall not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to perform the requirement. Offerors shall assume that the government has no prior knowledge of their experience and will base its evaluation solely on the information presented in the offeror's proposal. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. 52.212-2, Evaluation -Commercial Items (Jan 1999) (a) 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 following factors shall be used to evaluate offers: TECHNICAL, PRICE, AND PAST PERFORMANCE (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addendum to 52.212-2 EVALUATION--COMMERCIAL ITEMS (NOV 2007) Paragraph (a) is hereby supplemented with the following: (a) The Government reserves the right to award other than the low offeror for the best price that is advantageous to the Government's using Technical, Price and Past Performance. (b) The total evaluated price must be reasonable, and any additional expenses must be justified by a corresponding value for technical merit, or an expectation of greater quality of performance. (c) Evaluation Criteria. Award will be made to the lowest priced technically acceptable offeror with an acceptable record of past performance. Technical more important than price, when combined are more important than past performance. The offeror's technical proposal will be evaluated for technical acceptability and will be evaluated on an acceptable/unacceptable basis. Past Performance will be evaluated for acceptable performance. Any rating except for high risk will be considered acceptable past performance. All other ratings shall be treated equally. Award will be made to the lowest priced technically acceptable offeror with an acceptable record of past performance. PART I: TECHNICAL EVALUATION. Technical evaluation will be based on the following: (a) The offeror's technical proposal and all submitted literature must be complete. The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation for substantiating that the items offered meet the requirements of the solicitation. The proposal shall not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address that the products offered clearly meet the Government's requirements. Offerors shall assume that the Government has no prior knowledge, and will base its evaluation solely on the information presented in the offeror's proposal. (b) The following ratings will be used in evaluation offerors proposal: Acceptable - To receive this rating, the offeror shall present a proposal that clearly and comprehensively addresses the technical factor. The offeror shall provide sufficient details for the Government to determine that the items offered satisfactorily meet the minimum requirements of the solicitation. The proposal shall clearly demonstrate that the offeror fully understands and is capable of performing the requirement for the total proposed price indicated in its proposal. Unacceptable - An unacceptable rating will be assessed on any offeror that presents a proposal that demonstrates any of the following: (1) Fails to clearly and comprehensively address each of the factors. (2) Fails to provide sufficient detail for the Government to determine whether the proposal satisfactorily meets the minimum requirements of this solicitation in addressing the factors. (3) Fails to clearly demonstrate that the offeror fully understands and is technically capable to perform the requirements at its total proposed price. Note: To receive consideration for award, a rating of acceptable must be achieved in all technical factors. PART II: PRICE. Price will be evaluated separately from the technical and past performance factors and will be evaluated for fairness and reasonability in terms of: A. That the prices are consistent with and reflect the proposed staffing requirement. B. Offerors are cautioned that an unrealistically low price, or unbalanced pricing of line items, as proposed initially or subsequently, may be grounds for eliminating a proposal, either on the basis that the offeror does not understand the required services, or he has made an imprudent offer. C. All vendors' prices must be deemed to be fair and reasonable to qualify for award. PART III: PAST PERFORMANCE. Offeror is required to submit information, on a single page, identifying federal, state and local government and private contracts performed within the past three years, which are similar in scope, type of work, and complexity to the effort described in this solicitation. If none, offeror should so state and provide information on references. (a) Information provided by the contractor shall state: The type of service provided with information to verify references: Name; telephone numbers; Points of Contact; amount of contract; and email addresses. (b) The Government may reject a proposal if it is found that any information that has a negative impact on the offeror's past performance records has been deleted, misrepresented, or withheld. The Government reserves the right to obtain past performance information from other sources, to include CPARS, and consider such information in making its past performance determination. End of Addendum to 52.212-2 52.211-6, Brand Name or Equal (Aug 1999) 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011) Alternate I (Apr 2011) 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification (Sep 2010) 52.252-5, Authorization Deviation in Provisions (Apr 1984) 252.212-7000, Offeror Representations and Certifications - Commercial Items (Jun 2005) (End of clauses) Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Questions concerning this acquisition may be address to judith.highsmith@amedd.army.mil, no later than 6 July 2011 All responsible sources should submit proposals to Judith Highsmith at judith.highsmith@amedd.army.mil by 12 July 2011, 1:00 pm EST. No Telephone Calls Will Be Accepted or Responded To. Place of Performance: McDonald Army Health Center Bldg 576 Jefferson Ave Fort Eustis, VA 23604 Point of Contact: Judith Highsmith Judith.highsmith@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ11T0070/listing.html)
 
Place of Performance
Address: MCDONALD ARMY HEALTH CENTER 576 JEFFERSON AVE FORT EUSTIS VA
Zip Code: 23604
 
Record
SN02485809-W 20110701/110629235138-0453d202ab521f4ce567391246cfe978 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.