Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

65 -- FROZEN PREMIX IV BAGS

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Hospital Camp Pendleton, Box 555191, Marine Corps Base, Camp Pendleton, California, 92055-5191, United States
 
ZIP Code
92055-5191
 
Solicitation Number
N68094-14-T-0075
 
Point of Contact
Denise D. Bond, Phone: 7607635735
 
E-Mail Address
denise.bond@med.navy.mil
(denise.bond@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Solicitation Number: N68094-14-T-0075 Purchase Description: FROZEN PREMIX IV BAGS This is a Combined Synopsis/Solicitation for the purchase of 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; a written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as a "100% Total Small Business Set-Aside". The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, reference solicitation number N68094-14-T-0075, as a Request for Quote (RFQ) 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, "325412", with a small business standard of "750". 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) 2005-76 effective July 25, 2014 and Defense Federal Acquisition Regulation Supplement DPN 20140828 effective August 28, 2014. DESCRIPTION: Describe ALL items below or attach an item list to include a description of item, quantities, and unit of issue. CLIN 0001: Penicillin - 3,000,000 units of Penicillin G Potassium with 350mg Dextrose Hydrous in 50ML mixture (plus inert ingredients). Deliver 10/CS 1st of each month Quantity: Unit of Issue Unit Price Extended Price 120 CS tiny_mce_marker________ tiny_mce_marker__________ MANUFACTURER: PRODUCT# CLIN 0002 : Vancomycin - 500mg Vancomycin with 5 gram of Dextrose Hydrous in 200ML mixture (plus inert ingredients). Deliver 15/CS 1st of each month Quantity: Unit of Issue Unit Price Extended Price 180 CS tiny_mce_marker________ tiny_mce_marker__________ MANUFACTURER: PRODUCT# Freight: F.O.B. Destination (FAR 52.247-34) Place of Delivery: NAVAL HOSPITAL CAMP PENDLETON PHARMACY DEPARTMENT BLDG H-200 CAMP PENDLETON CA 92055-5191 760-719-3549 Responses/quotes MUST be received no later than September 24, 2014; 12:01 PM (Pacific Daylight Time). Forward responses by e-mail to denise.bond@med.navy.mil or fax to 760-725-1485. Due to technical issues, please allow additional time if you're using electronic means. 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/ THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE. All offered CLINs/Items must be identified with the manufacturer name and part/model number that will be used to determine the most advantageous offer based on the description provided for each CLIN/Item in the solicitation. APPLICABLE FAR CLAUSES: (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (Apr 2014): (2) FAR 52.212-2: Evaluation - Commercial Items (Jan 1999): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer is most advantageous to the Government. Evaluation of offers will be made in accordance with FAR Part 12.602, Streamlined Evaluation of Offers, using the following three (3) factors: (a) Technical Capability: Offer that is most advantageous based on the description provided for each CLIN/Item in the solicitation. (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) Delivery Schedule: 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. Technical and past performance, when combined, are approximately equal to cost or price. 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. (3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (May 2014) 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) (May 2014) (5) 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION 2013-O0019) (Jan 2014) (6) 52.219-1 Alt I Small Business Program Representations (Apr 2012) (7) 52.219-6 Notice of Total Small Business Set Aside(Nov 2011) OTHER CLAUSES, TERMS, AND CONDITIONS: INVOICING INSTRUCTIONS: 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). INVOICE AND RECEIVING REPORT COMBO ----------------------------------------------------------------------- (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. DESTINATION / DESTINATION ----------------------------------------------------------------------- (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC HQ0248 Issue By DoDAAC N68094 Admin DoDAAC N68094 Inspect By DoDAAC N/A Ship To Code N68094 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N68094 DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. WAWF Acceptor/COR Email Address: xxxxx@med.navy.mil ----------------------------------------------------------------------- (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. wawf@med.navy.mil ----------------------------------------------------------------------- (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) ALLEN L. POWERS Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N68094-14-T-0075/listing.html)
 
Place of Performance
Address: NAVAL HOSPITAL CAMP PENDLETON, PHARMACY DEPARTMENT, BLDG H-200, 760-719-3549, CAMP PNDLETON, California, 92055, United States
Zip Code: 92055
 
Record
SN03518071-W 20140920/140918235647-e86c38020e669096981d93dcf7e627b3 (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.