Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2016 FBO #5181
SOLICITATION NOTICE

66 -- Temperature Monitor Device - Combined Synopsis/Solicitation SP3300-16-Q-5003

Notice Date
1/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-16-Q-5003
 
Point of Contact
Catherine Doyne, Phone: 7177707390
 
E-Mail Address
catherine.doyne@dla.mil
(catherine.doyne@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 5 Subcontracting Plan Attachment 4 Past Performance Questionnaire Attachment 3 Specification Sheet 1 Temperature Monitoring Device dated 21Dec2015 Attachment 2 Zones Attachment 1 Schedule of Supplies/Services Combined Synopsis/Solicitation SP3300-16-Q-5003 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlines Procedures for Evaluation and Solicitation for Commercial Items in conjunction with the Federal Acquisition Regulations (FAR) Subpart 13.5 Simplified Procedures for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the RFQ number is SP3300-16-Q-5003 (see attached combined synopsis/solicitation). 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-85 effective 04 January 2016 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20151230 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2016-02. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. 3. This RFQ is being issued to establish the purchase of commercial off the shelf temperature monitoring device to support the Cold Chain Packaging Program within Defense Logistics Agency (DLA) Distribution. The item shall be suitable for use in the non- Radio Frequency Identification (RFID) shipment of medical materiel, pharmaceuticals, biologics, and specimens requiring a constant temperature range while in transit. The item shall validate packaged temperatures throughout the shipping process and provide pertinent data to both customer and shipper to ensure material viability. The item shall be "brand name or equal" to the temperature monitoring device listed in the Specification Sheet No. 1 provided at Attachment 3 and the Schedule of Supplies/Services at Attachment 1. Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449. The resulting contract will be a Firm-Fixed Price Requirements Contract. 4. This RFQ is solicited as an unrestricted basis. The North American Industry Classification System (NAICS) code for this project is 334513 and the size standard is 500 employees. 5. The period of performance is ON OR ABOUT the dates listed below: Base Year: April 01, 2016 - March 31, 2017 Option Year 1 (if exercised): April 01, 2017 - March 31, 2018 Option Year 2 (if exercised): April 01, 2018 - March 31, 2019 Option Year 3 (if exercised): April 01, 2019 - March 31, 2020 Option Year 4 (If exercised): April 01, 2020 - March 31, 2021 6. This RFQ requires vendors to submit pricing for each CLIN and each zone defined as in Attachment 2. Delivery Orders will be shipped to destinations in Zones 1 and 2. The destination address will be provided in the individual Delivery Orders placed against this contract. FOB Destination prices shall include delivery to all destinations within Zones 1 and 2, including delivery to the continental United States (CONUS) Consolidation and Containerization Points (CCP) within the respective zones if the ultimate destination is OCONUS or overseas. Destinations within the zones include, but are not restricted to CONUS DLA Distribution sites. Vendors may not propose alternate zones. The zones are defined as follows (see Attachment 2 for details): Zone 1: Alabama, Arkansas, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Iowa, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Minnesota, Mississippi, Missouri, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Tennessee, Vermont, Virginia, Washington, D. C., West Virginia, Wisconsin. Zone 2: Arizona, California, Colorado, Idaho, Kansas, Montana, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, Oregon, South Dakota, Texas, Utah, Washington, Wyoming. 7. A technical package is required from all offerors and shall be provided with the quote. The instructions require various items of documentation to submit with your quote. Please pay special attention to the Instructions to Offerors starting page 15. If the offeror is not quoting the brand name temperature monitoring device, the instructions require product samples of the "equivalent" temperature monitoring devices being offered to confirm they meet the technical requirements as specified in Attachment 3 (Specification Sheet No. 1). The evaluation criteria, starting page 20 explains how offeror's quote will be evaluated for acceptability/unacceptability. The pre-award evaluation process will consist of the Government evaluating bid samples submitted in accordance with the specification and the Government reviewing documentation and test results/certifications submitted by the offeror as part of offeror's technical quote. 8. List Place of Manufacturer _______________________________________ 9. The contractor will be required to deliver the temperature monitoring device specified in each delivery order in a maximum of 21 days after receipt of order; however, the actual delivery date will be specified on each order. 10. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: _________________________________ Company Address: _________________________________ _________________________________ _________________________________ CAGE Code: _________________________________ Point of Contact _________________________________ Telephone: _________________________________ EMAIL __________________________________ 11. SYSTEM FOR AWARD MANAGEMENT - A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. 12. INVOICING AND PAYMENT - Invoicing and Payment will be made via Wide Are WorkFlow (WAWF). See DFAR Clause 252.232-7003 and 252.232-7006 starting on page 8 of the RFQ. 13. ADDITIONAL WAWF INFORMATION FOR OCONUS SHIPMENTS - The contractor shall provide proof of delivery to the CCP Issuing Officer so that receipts may be posted in order to allow for payment through WAWF. 14. PACKING AND MARKING REQUIREMENTS: All products shall be packaged best commercial practice in accordance with ASTM 3951. All shipments must contain proper shipping documentation. Contractor shall attach, in a water resistant envelope, to the exterior shipping container a commercial packing list. All documents must include at a minimum, contract number and document number for the item, stock number, quantity, and unit of issue. Omission of any data on the shipping documentation could cause a delay in receipt of goods and significantly delay payment. 15. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment and could result in the return of merchandise at contractor's expense. 16. Questions shall be submitted in writing via e-mail to: Email: Catherine.doyne@dla.mil The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personal are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. Attachments: Attachment 1 - Schedule of Supplies/Services Attachment 2 - Zones Attachment 3 - Specification Sheet No. 1 Temperature Monitoring Device dated 21 Dec 2015 Attachment 4 - Past Performance Questionnaire Attachment 5 - Subcontracting Plan (Required From Large Business Only)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-16-Q-5003/listing.html)
 
Record
SN04003719-W 20160130/160128234519-bcfd88f3bcfedc8e9b4453474065b307 (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.