Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2013 FBO #4368
MODIFICATION

99 -- Tote & Cart Transport System

Notice Date
11/7/2013
 
Notice Type
Modification/Amendment
 
NAICS
332439 — Other Metal Container Manufacturing
 
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
N6809414RC40401
 
Archive Date
12/6/2013
 
Point of Contact
Timothy A. Daniels, Phone: 7607251425
 
E-Mail Address
timothy.daniels@med.navy.mil
(timothy.daniels@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 solicitation will be posted to the Federal Business Opportunities (FBO) web-site as "Unrestricted 100% Total Small Business Set-Aside". The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, N6809414RC40401, as a Request for Offers using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is "332439", with a small business standard of "500" employees. The Government intends to award a Firm Fixed-Price Commercial Award. 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 20131031 effective October 31, 2013. DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination. The contractor shall furnish all detailed engineering, documentation, materials, training and labor to design, fabricate, deliver, install, debug, train, start up and support the Tote and Cart Transport System for the Naval Hospital Camp Pendleton, Camp Pendleton, CA site. Equipment components are to be of the manufacturer's standard design and pre-engineered tolerances. Contractor offers must comply with the Government requirements provided in the attached Performance Work Statement (PWS) providing pricing IAW PWS paragraph 5. Quanitity Unit of Issue Unit Price Extended Price 1 EA $___________________ $____________________ Total Price: $____________________ DELIVERY/INSTALLATION: Projected December 20, 2013 NLT January 15, 2014. PLACE OF DELIVERY: Naval Hospital Camp Pendleton Warehouse/Receiving/Bldg: H-135 Camp Pendleton, 92055-5191 Responses/quotes MUST be received no later than November 21, 2013; 02:00 PM (Pacific Standard Time). Forward responses by e-mail to timothy.daniels@med.navy.mil or fax to 760-725-1485. Due to technical issues, please allow additional time if you're using electronic means. SITE VISIT: Vendors are highly encouraged to attend the site visit scheduled on November 14, 2013; 9:30AM (Pacific Standard Time) to satisfy all general and local conditions that may affect the cost of contract performance and to ensure understanding of the current operations and business requirements. Vendors are to report to the Naval Hospital Camp Pendleton, Contracting Office, Bldg H-100, Room G233 (basement), Camp Pendleton, CA, 92005-5191. Though this is not a mandatory site visit, it is HIGHLY RECOMMENDED THAT YOU ATTEND. This site visit will not be repeated. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 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 schedule contractor that represents the "best value" as defined as "the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement" to include the lowest overall cost alternative (considering price, trade-offs, special features, administrative costs, etc.)" using the following evaluation criteria: a. Project/Quality Control Plan: Contractor offer/plan in meeting the Government requirements contained in the PWS and ensuring the quality of product/services that include the following considerations: 1. Compliance and responsiveness of the contractor offer to all requirements of this document to include the responsibilities to the equipment scope, technical submissions, project management, workmanship, working conditions, commercial terms and conditions and confidentiality requirements. 2. Quality and content of technical submissions. 3. Contractor proposed Delivery/Installation/Government Acceptance Milestone Schedule. 4. Competitiveness of proposed schedule of completion. The ability to comply or provide for an earlier completion/milestone delivery/installation schedule. 5. System rated performance. The contractor offer exceeding minimum requirements such as: • Ergonomics o Movement o Site lines while pushing the carts o Mobility within the hospital o Castor bearings and wheel materials o Ease of securing loads / totes o Ease of securing the carts within the vehicle o Cart weight • Selection / Picking / Putting o Access to totes o Clearance o Ability to pick from one or two sides o Tote weight o Tote lids o Totes Nesting ability o Paperwork bins • Sustainability / Durability o Materials used o Frame o Shelving o Securing mechanisms o Castors / wheel materials o Totes o Materials o Lid Closures o Assembly mechanisms o Bolts, clips, welds o Maintenance requirements o Cleanliness / Ease of wash-down or other cleaning • Hospital Impact o Bumpers o Noise o Size 6. The demonstrated commitment to fully supply a system that meets the functional requirements of Naval Hospital Camp Pendleton. 7. Warranty period, especially unconditional warranties for parts and labor. b) Contractor Knowledge & Experience: Company overview focusing on same or similar projects. c) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past peformance 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 a scheduled contractor without a record of relevant past performance or for whom information on past performance is not available, the scheduled contractor will not be evaluated favorably or unfavorably on past performance. d) Price: No additional information from the scheduled contractor 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 scheduled contractor to the extent required to determine the reasonableness of the offered prices. The contractor shall submit their cost/price proposal in the format provided in PWS paragraph 5. Past Performance Evaluation Ratings Rating Description Acceptable Based on the scheduled contractors performance record, the Government has a reasonable expectation that the scheduled contractors will successfully perform the required effort, or the scheduled contractor's performance record is unknown. Unacceptable Based on the scheduled contractors performance record, the Government has no reasonable expectation that the scheduled contractors 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 COMBO Contract Number TBD Delivery Order Number TBD 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 LCDR Eugene Osborn eugene.osborn@med.navy.mil 760 763-7187 Requesting Activity Mr. Alfonzia Edge alfonzia.edge@med.navy.mil 760-725-1251 WAWF Acceptor
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N6809414RC40401/listing.html)
 
Place of Performance
Address: Naval Hospital Camp Pendleton, Warehouse/Receiving, Bldg: H-135, Camp Pendleton, California, 92055, United States
Zip Code: 92055
 
Record
SN03229941-W 20131109/131107233942-531b629d54414861689886c8d7bcb14b (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.