Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
MODIFICATION

65 -- Medical Simulators Training Devices

Notice Date
9/14/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
SOUTHERN REGIONAL CONTRACTING OFFICE, FORT GORDON, GA 30905
 
ZIP Code
30905
 
Solicitation Number
W91YTV-11-T-0311
 
Response Due
9/16/2011
 
Archive Date
3/14/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is W91YTV-11-T-0311 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-16 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT BENNING, GA 31905 The U.S. Army MEDCOM Southeast Regional Contracting Office requires the following items, Exact Match Only, to the following: LI 001, Ventriloscope Educator's Pkg, LV010, 1, EA; LI 002, Ultrasound Examination Training Model,KKMUS-1B41900-020, 1, EA; LI 003, Male Catheterization Unit, 60152, 1, EA; LI 004, Episiotomy Pad, 60226, 1, EA; LI 005, Episiotomy Trainer, 60225, 1, EA; LI 006, UltraFlex Ligamented Hip, DGSJ66H, 1, EA; LI 007, Professional Skin Pad, 00092, 4, pk; LI 008, Antifungal Agent(250ml), 50185, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army MEDCOM Southeast Regional Contracting Office intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army MEDCOM Southeast Regional Contracting Office is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contract Terms and Conditions--Commercial Items 52.212-4 -- Contract Terms and Conditions ? Commercial Items, applies to this acquisition (JUN 2010) Addendum to 52.212-4--(u) the non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. Central Contractor Registration (52.204-7) Electronic Submission of Payment Requests and Receiving Reports (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. http://farsite.hill.af.mil/ An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. http://farsite.hill.af.mil/ 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (20) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). (21) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). (22) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (23) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (25) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29U.S.C. 793). (31) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far and www.dtic.mil/dfasrs and www.farsite.hill.af.mil Contractor shall submit payment request using the following method as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. WAWF-RA is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS)[fill in DFAS location here](Block 18a of your purchase order/contract) at [fill in DFAS vendor pay phone number here] or faxed to [fill in DFAS vendor pay fax phone number here]. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. Personal Identity Verification of Contractor Personnel (JAN 2011) Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (DEC 2010) Notice of Total Small Business Set-Aside (June 2003) Post-Award Small Business Program Repepresentation(Apr 2009) Convict Labor (June 2003) Prohibition of Segregated Facilities (FEB 1999) Equal Opportunity (MAR 2007) Affirmative Action for Workers with Disabilities (OCT 2010) Combating Trafficking in Persons (FEB 2009) Exemption From Application of the Service Contract Act to Contracts for Maintenance, Calibration, Repair of Certain Equipment-Requirements (NOV 2007) Pollution Prevention and Right-to-Know Information (Aug 2003) Contractor Policy to Ban Text Messaging While Driving (SEP 2010) Restrictions on Certain Foreign Purchases (JUN 2008) Availability of Funds (APR 1984); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) Payment by Electronic Funds Transfer-Central Contractor Registration(Oct 2003) Applicable Law for Breach of Contract Claim (OCT 2004) Protecting of Government Buildings, Equipment, and Vegetation (APR 1984) 52.233-3, Protest After Award (Aug 1996) Requirements Relating to Compensation of Former DOD Officials (JAN 2009) Requirement to Inform Employees of Whistleblower Rights (JAN 2009) Control of Government Personnel Work Product (Apr 1992) Levies on Contract Payments (DEC 2006) Pricing of Contract Modifications (DEC 1991) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days before contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years.(End of Clause) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.(b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(End of Clause) a) Definition. "Export-controlled items," as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) orthe International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes:(1) "Defense items," defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120. (2) "Items," defined in the EAR as "commodities", "software", and "technology," terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause.(d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations,including but not limited to-(1) The Export Administration Act of 1979, as amended (50 U.S.C. App.2401, et seq.);(2) The Arms Export Control Act (22 U.S.C. 2751, et seq.);(3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.);(4) The Export Administration Regulations (15 CFR Parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and(6) Executive Order 13222, as extended;(e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts.(End of clause) (a) is hereby replaced with the following: 1. Evaluation Process. a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: Prospective contractors shall demonstrate that the product offered complies with a written capability statement with their offer.2. Price. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. b. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Solicitation to the responsible offeror whose offer conforming to the solicitation and 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision is applicable, a written submission is required. Offeror Representations and Certifications ? Commercial Items (May 2011) Alternate 1 (May 2011). Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010 Solicitation Provisions Incorporated by Reference (FEB 1998). DFARS 252.225-7012 Preference for Certain Domestic CommoditiesDFARS 252.225-7021 Trade Agreements
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c1bbbd68fe453cbce30ac97c32e41eac)
 
Place of Performance
Address: FORT BENNING, GA 31905
Zip Code: 31905-6006
 
Record
SN02577226-W 20110916/110915001217-c1bbbd68fe453cbce30ac97c32e41eac (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.