Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
SOLICITATION NOTICE

65 -- First Aid Supplies IDIQ - Solicitation Package

Notice Date
7/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-16-Q-E012
 
Point of Contact
Sherri Ori, Phone: 240-383-9349
 
E-Mail Address
sherri.ori@usuhs.edu
(sherri.ori@usuhs.edu)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Provisions and Clauses Attachment 1 - To Be Completed by Offerors Request for Quotes Please see attachments for full description of requirements. The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has an ongoing requirement for first aid supplies to support field exercises and training at the University. The resultant multiple awards will be a firm-fixed priced (FFP) indefinite-delivery, indefinite-quantity (IDIQ) contract with a period of performance of five (5) years. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-88-1 (June 15, 2016) and Defense Federal Acquisition Regulation Supplement (DFARS) (June 30, 2016). This requirement is set-aside for veteran-owned service-disabled small business (SDVOSB) concerns in accordance with FAR 19.1405 under NAICS code 339113 (Surgical Appliances and Supplies Manufacturing) with a size standard of 750 employees. In order to be eligible for award, offerors must be registered in www.SAM.gov, with completed representations and certifications by the close date of the solicitation. Historical Data During Fiscal Year (FY) 2014 and 2015 the University procured $56,253.90 in first aid supplies to support two military medicine field trainings which are summarized below. Purchase Order / Award Amount / Vendor / Date HU0001-15-M-V235 / $43,167.90 / ArmyProperty / August 29, 2015 HU0001-14-M-V569 / $13,086.00 / H Squared (dba Quantico) / September 17, 2014 IDIQ Specifications The IDIQ will be used by USU to procure first aid supplies to support education programs at the University for a period of performance of five (5) years. A request for delivery order quotes will be issued by email to all awardees in accordance with the procedures of FAR 16.505(b) Orders under multiple award contracts. It is the awardee's responsibility to ensure a current email address is on file for receipt of request for delivery order quotes. Split awards for each requirement are possible and offerors must honor the quoted price for each line regardless of how many lines are awarded in response to a solicitation. Shipping locations will be provided in the individual delivery orders, however the majority of the orders will be shipped to Bethesda, MD. Shipping is FOB Destination. All items must be delivered no later than the date provided in the delivery order request. Delivery orders will be issued a minimum of 30 days in advance of any required delivery date and, if issued less than 30 days, the Government will provide funding for expedited delivery if needed. Should a vendor default, not comply with contract terms or fail to provide the Government, upon written request, with adequate assurances of future performance, the delivery order will be terminated for cause in accordance with FAR 52.212-4(m). Before being reconsidered for new orders, all deficiencies must be addressed in a written plan of action and submitted in writing to the USU contracting office. If the contracting officer agrees the plan is acceptable and will protect the government against future occurrences, the vendor's participation in the IDIQ will be restored. FAR 16.504(a)(2) requires a minimum quantity be provided to the contractor for establishment of a binding contract. The minimum value is $500.00 over the life of the IDIQ. The minimum value for each delivery order is $500.00 and the maximum order value is $75,000.00. If the services of an ombudsman are required, vendors should contact the administering contract specialist for contact information. The government reserves the right to add and remove vendors to the IDIQ at any time during the life of the contract. Administering contract specialist: Mrs. S. Leeann Ori, sherri.ori@usuhs.edu, 240.393.9349 (office) IDIQ - Delivery Order 0001 Delivery order 0001 is provided in the attachment 16QE012 (First Aid IDIQ) - Attachment 1. O fferors must complete the spreadsheet with the quoted price for each item and submit the spreadsheet as the quote. Split awards are likely. Quotes submitted without the completed spreadsheet may not be considered for award for delivery order 0001. All items must be delivered no later than September 16, 2016. Items will be shipped to: USU (Enter Purchase Order Number) 4301 Jones Bridge Road Bethesda, MD 20814  IDIQ Evaluation The government intends to award multiple firm-fixed priced (FFP) indefinite-delivery, indefinite-quantity (IDIQ) contracts based on the best value to the government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The government reserves the right to add vendors to the IDIQ at any time during the life of the contract. The government reserves the right to award without discussions. Evaluation Factors (Listed in order of importance) : •Price - Offerors are required to complete the highlighted cells in the attached 16QE012 (First Aid IDIQ) - Attachment 1. Attachment 1 includes the projected requirement over the next five years. Quantities and exact items are provided as estimates only and are not guaranteed. Future orders will not be limited to the items listed in the spreadsheet. Prices must include all applicable costs, including shipping. Prices will be evaluated by calculating the total cost of all five years of pricing provided in the spreadsheet. Multiple awards are likely. Quotes submitted without the completed spreadsheet may not be considered. If an offeror does not provide a particular item they must enter "Not provided" in the price field. Offerors are not required to provide every item listed in the pricing attachment 1. •Corporate Experience: Offerors are required to provide a narrative of their corporate experience in providing first aid supplies. Experience in providing larger orders with military or federal organizations may be considered more desirable by the government. Past performance will be evaluated as a subfactor of corporate experience and will utilize the Government reporting systems CPARS and FAPIIS. USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. The government may reject any quote that has been determined to be unrealistic in terms of price, when compared to the government estimates, market research or other offerors. Quotes may also be rejected if the offeror does not display a clear understanding of the requirement or the terms and conditions of their quote. Offerors must also submit the following with their quote, if not completed in SAM registration: •Completed copy of provision 252.209-7991 •Completed copy of provision 52.209-2 •Completed copy of provision 252.225-7035 •Estimated delivery lead-time See attached list for applicable provisions and clauses for this requirement. Deadlines: Questions/clarifications regarding this solicitation must be submitted via email to sherri.ori@usuhs.edu by July 7, 2016. Any question received after July 7th will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around July 8, 2016. Quote packages are due by 10:00PM Eastern Local Time on July 15, 2016. Quotes must be submitted via email to sherri.ori@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Offerors will receive an email confirmation that they quote was received and whether it was on time or late within two (2) business days. Quote packages should include a cover sheet that provides the following information: •Company Name •Point of Contact, to include email and phone number •DUNS Number •Statement that includes acknowledgement of latest amendment number (if applicable). Failure to acknowledge the most recent amendment number, may render an offeror's quote non-responsive. •Preferred method of payment (Visa or EFT) for delivery order 0001
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/07e573f3baedd195c44120d05e6cb929)
 
Record
SN04170107-W 20160703/160701234353-07e573f3baedd195c44120d05e6cb929 (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.