Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2013 FBO #4332
SOLICITATION NOTICE

J -- EQUIPMENT CALIBRATION - Package #1 - Package #2

Notice Date
10/2/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NH Camp Pendleton, Box 555191, Marine Corps Base, Camp Pendleton, California, 92055-5191, United States
 
ZIP Code
92055-5191
 
Solicitation Number
N68094-14-T-0001
 
Archive Date
10/30/2013
 
Point of Contact
Leliza G. Sarino, Phone: 7607251463
 
E-Mail Address
leliza.sarino@med.navy.mil
(leliza.sarino@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLE SOURCE JUSTIFICATION Statement of Work Combined Synopsis/Solicitation Notice of Intent to Sole Source Solicitation Number: N68094-14-T-0001 Purchase Description: ANNUAL CALIBRATION AUDIOMETRIC EQUIPMENT This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This notice/announcement provides intent to award a "Sole Source" procurement. The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, N6809413RC40436, as a Notice of Intent to Sole Source IAW FAR Part 5, Publicizing Contract Actions; 12, Acquisition of Commercial Items; & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is "811219", with a small business standard of "$19.0"millions. The Government intends to award a Commercial Firm Fixed-Price Sole Source Award to contractor "POMMIER, K W & ASSOCIATES, INC.". The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-70 effective September 30, 2013 and Defense Federal Acquisition Regulation Supplement DPN 20130909 effective September 9, 2013. The Sole Source Justification is attached. DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination. CLIN 0001:"CALIBRATION EQUIPMENT SERVICES" ATTACHED SOW ITEM: 0001 GSI-61 SN AA051911 SERIAL #AA051911 GSI-61 SN 315 GSI-61 SN GS0046804 GSI-61 SN GS529725 GSI TYMPSTAR SN AL051321 GSI TYMPSTAR SN G525728 GSI TYMPSTAR SN GS32755 GSI TYMPSTAR SN GS0046823 MANUFACTURER: GRASON-STADLER ITEM: 0002_ MAICO MI34 SN 277400 MAICO MA42 SN 23852 MAICO MA42 SN 23625 MAICO MA42 SN 23853 MAICO EROPRO SN 1016007 MAICO EROPRO SN 11722 MANUFACTURER: MAICO ITEM: 0003 MADEN INTERA II SN 226288 MADSEN ITERA II SN226289 MANUFACTURER: MADSEN ITEM: 0004 INTERACOUSTICS ECLIPSE SN 0901380 INTERACOUSTICS TITAN SN 755343 MANUFACTURER: INTERACOUSTICS ITEM 0005: BIOLOGIC NAV PRO SN CND0111HN2 BIOLOGIC VAN PRO SN NP 06H1687 MANUFACTURER: NATUS Quantity Unit of Issue Unit Price Extended Price 1 LOT tiny_mce_marker______________ tiny_mce_marker___________________ TOTAL PRICE: tiny_mce_marker________________________ Period of Performance Date: July 01, 2014 - July 31, 2014 Place of Performance: Naval Hospital Camp Pendleton Bldg: H-200 Camp Pendleton, 92055-5191 Responses/quotes MUST be received no later than October 10, 2013; 10:00 AM (Pacific Daylight Time). Forward responses by e-mail to Leliza.sarino@med.navy.mil or fax to 760-725-1485. Due to technical issues, please allow additional time if you're using electronic means. Offers, Challenges, and/or Capability Statements received in respond to this notice will not be used to determine an alternate awardee other than the proposed sole source contractor; responses will only be used by the Contracting Officer to determine whether to proceed with the proposed sole source procurement. For competition purposes this procurement would be posted as a 100% Total Small Business Set-Aside. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE FAR CLAUSES: (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUL2013): (2) FAR 52.212-2: Evaluation - Commercial Items (JAN1999): Award will be made to the contractor who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer represents the lowest priced technically acceptable offer using the following evaluation criteria: (a) Technical Capability: Meets Sole Source Government requirement/specifications as identified within each CLIN or attached Performance Work Statement (PWS) or Statement of Work (SOW). For supplies and equipment the Government will consider offers/quotes only from "authorized distributors/resellers" of the offered manufacturers. (b) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (c) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. (3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (AUG2013) or indication that offeror representations and certifications are in System for Award Management (SAM). (4) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (JUL2013) (5) FAR 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (SEPT2013) OTHER CLAUSES, TERMS, AND CONDITIONS: INVOICING INSTRUCTIONS - MANDATORY: SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-877-251-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information) (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. Routing Table WAWF Invoice Type 2-IN-1 Contract Number N/A Delivery Order Number N/A Issuing Office DODAAC N68094 Admin Office DODAAC N68094 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) N/A Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher) N68094 Acceptance At Other N68094 Local Processing Office (Certifier) N68094 DCAA Office DODAAC (Used on Cost Voucher's only) N/A Paying Office DODAAC HQ0248 Acceptor/COR Email Address N/A (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: Name Email Phone Role Requesting Activity WAWF Acceptor
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N68094-14-T-0001/listing.html)
 
Place of Performance
Address: Naval Hospital Camp Pendleton, Bldg: H-200, Camp Pendleton, California, 92055, United States
Zip Code: 92055
 
Record
SN03209821-W 20131004/131002234604-ba3824376686c745e491615707093ef1 (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.