Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
SOLICITATION NOTICE

65 -- Heart-Lung/ ATS Machine Supplies

Notice Date
12/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N0025917Q0049
 
Archive Date
1/3/2017
 
Point of Contact
John E. Freeman,
 
E-Mail Address
john.e.freeman14.civ@mail.mil
(john.e.freeman14.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice to Contractor This is a combined solicitation/synopsis for commercial items, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N0025917Q0049 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 339112. All interested bidders shall submit quotations electronically by email to john.e.freeman14.civ@mail.mil or by facsimile at 619-532-5596, attention John Freeman. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 19 December 2016 at 10:00 AM Pacific Standard Time to be considered responsive. Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is www.sam.gov The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-92. This acquisition incorporates the following FAR clauses: Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is www.sam.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, when submitting a proposal. The website address is http://www.acquisition.gov. DELIVERY ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA 92134-5000 The Government will award a firm, fixed price (FFP) contract resulting from this combined synopsis/solicitation to the responsible offeror whose conforming response is determined to provide the best value to the Government, price and non-price factors considered. The following factors shall be used to evaluate offers. FAR 52.212-2 - Evaluation -- Commercial Item (i) Technical capability of the services offered to meet the Government requirement, (ii) past performance, and (iii) price. The following factors to be used to evaluate offers: FACTOR 1: Technical Capability - defined as the contractor's ability to have the basic knowledge, experience, and understanding the requested items and services for the Government's requirements as stated in the extended description of CLIN 0001, CLIN 0002 AND CLIN 0003. FACTOR 2: Past Performance - Make available up to three (3) references with the Point of Contact, telephone number, and, address. Demonstrate same or similar level of service within the last three years. Include evidence of previous experience with Department of Defense (DoD). FACTOR 3: Price - The Government shall conduct a price evaluation of all technical acceptable offers with satisfactory past performance. Technical capability and past performance, when combined, are more important than price. The Government will only consider FFP quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2016). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov. Electronic submission of Quotes: Quotations shall be submitted electronically by email to john.e.freeman14.civ@mail.mil, Attention: John Freeman. Email submissions are limited to 20MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 19 December 2016, 10:00 AM, Pacific Time to be considered. Description of supplies: The following are requirements for, and are required to be compatible with the Sorin S5 Heart-Lung Machine and Xtra ATS System. CLIN 0001 Custom Perfusion Pack, Item: 088-252-200, 23 cases: $___________________/case $___________________total price CLIN 0002 Cell Saver Xtra Procedure Kit, Catalog No. 04263, 11 cases: $____________________/case $__________________total price CLIN 0001 Single Use PC Revolution Blood Pump Cones, Catalog No. 050-300-700, 4 cases: $____________________/case $___________________total price Supplies must be delivered on-site by 28 December 2016. This acquisition incorporates the following FAR clauses: CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.204-16 Commercial and Government Entity Code Reporting JUL 2016 52.204-17 Ownership or Control of Offeror JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.212-1 Instructions to Offerors--Commercial Items OCT 2015 52.212-2 Evaluation - Commercial Items OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.214-4 False Statements in Bids 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items SEP 2016 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. OCT 2015 52.232-18 Availability Of Funds APR 1984 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DEC 2015 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.225-7048 Export -Controlled Items AUG 2016 252.225-7001 Buy American and Balance of Payment Program--Basic AUG 2016 252.225-7002 Qualifying Country Sources as Subcontractors AUG 2016 252.225-7036 Buy American-Free Trade Agreement-Balance of Payments Program--Basic AUG 2016 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.223-7008 Prohibition of hexavalent Chromium 252.247-7023 Transportation of Supplies by Sea JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JUN 2013 CLAUSES INCORPORATED BY FULL TEXT 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov/far http://acq.osd.mil (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/far http://acq.osd.mil (End of clause) 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) RAPID GATE INFORMATION NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. CLAUSES INCORPORATED BY FULL TEXT 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (SUPPLIES) (MAY 2013) (Provides information and instructions for submitting invoices-will be filled in with WAWF acceptor on Purchase Order)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0049/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Dr., San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN04346474-W 20161210/161208233935-3a3e61e3471b494bf2f2d2306627f32a (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.