Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
MODIFICATION

65 -- Terumo Shunt Sensors - Amendment 1

Notice Date
12/15/2016
 
Notice Type
Modification/Amendment
 
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
N0025917N0022
 
Archive Date
1/19/2017
 
Point of Contact
Tiffanie L Sutgrey, Phone: 6195328415
 
E-Mail Address
tiffanie.l.sutgrey.civ@mail.mil
(tiffanie.l.sutgrey.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand name justification This is a COMBINED SOLICITATION/SYNOPSIS for commercial supplies prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial service as described in the schedule below. This solicitation is for 100% small business set-aside. The proposed contract action is for brand name Terumo consumables - Please see attached justification. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N0025917Q0051 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-92. It is the contractor's responsibility to be familiar with the applicable clauses and provisions referenced herein. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The North American Industry Classification System (NAICS) Code for this acquisition is 339112. DELIVERY ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Dr, San Diego, CA 92134-5000. The Government will award a firm, fixed price 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. FACTOR 1: Technical Capability: Must provide Terumo brand consumables to fit the government owned Terumo CDI500 Blood Parameter Monitoring System. FACTOR 2: Delivery requirements: Supplies must be delivered on the following dates: 13 January 2017 Item # CD1510H - Terumo Shunt Sensor - Deliver One (1) case Item # 6912 - H/S Cuvette, 1/2"x1/2" - Deliver one (1) case 15 March 2017 Item # CD1510H - Terumo Shunt Sensor - Deliver One (1) case Item # 6912 - H/S Cuvette, 1/2"x1/2" - Deliver one (1) case 15 May 2017 Item # CD1510H - Terumo Shunt Sensor - Deliver One (1) case Item # 6912 - H/S Cuvette, 1/2"x1/2" - Deliver one (1) case 14 July 2017 Item # CD1510H - Terumo Shunt Sensor - Deliver One (1) case Item # 6912 - H/S Cuvette, 1/2"x1/2" - Deliver one (1) case 15 September 2017 Item # CD1510H - Terumo Shunt Sensor - Deliver One (1) case Item # 6912 - H/S Cuvette, 1/2"x1/2" - Deliver one (1) case FACTOR 3: Price: The government shall conduct a price evaluation of all technically acceptable offers. Delivery requirements and past performance, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation. Description of supplies: The products MUST be the brand Terumo to fit the Terumo CDI500 Blood Parameter Monitoring System and guarantee functionality. Item # CD1510H - Terumo Shunt Sensor Item # 6912 - H/S Cuvette, 1/2"x1/2" The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012). 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 tiffanie.l.sutgrey.civ@mail.mil, Attention: Tiffanie Sutgrey. Quotations must clearly indicate company's name, address, phone number, cage code and/or DUNS. Email submissions are limited to 5MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 04 January 2017, 8:00 AM, Pacific Time to be considered. 52.204-7 Central Contractor Registration (Jul 2013) 52.204-13 Central Contractor Registration - Maintenance (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.209-2 Prohibition on Contracting 52.209-5 Certification Regarding Responsibility Matters 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability 52.212-1 Instruction to Offerors-Commercial Items (Oct 2015) 52.212-2, Evaluation - Commercial Items (Oct 2014), (evaluation factors shown above) 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2016) 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Mar 2016) 52.203-6 Restrictions on Subcontracting Sales to the Government (Sept 2006) 52.203-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.223-5 Pollution Prevention and Right-to-know Information 52.225-25 Prohibition on Contracting with Entities 52.232-18 Availability of Funds 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection of Government Buildings, Equipment and Vegetation 52.243-1 Changes - Fixed Price 52.247-34 F.O.B Destination 52.252-6 Authorized Deviations in Clauses AVAILABILITY OF FISCAL YEAR 2017 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2017 APPROPRIATION ACT. THIS ORDER IS ISSUED SUBJECT TO THE 2017 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2016 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. THE CLAUSE 52.232-18 REFERENCED HEREIN APPLIES TO THIS CONTRACT. 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 address: http://farsite.hill.af.mil/ (End of clause) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DOD officials 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7012 (Dev) Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payment Program (Dec 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7036 Buy American - Free Trade Agreements 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (Provides information and instructions for submitting invoices-will be filled in with WAWF acceptor on Purchase Order) 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 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/forfo_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. ntent to Sole Source: Terumo Cardiovascular. Sole Source Number: N0025917N0022 THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Naval Medical Center San Diego anticipates making a sole source award under Statutory authority 41 U.S.C. 253(c) (1) and FAR 13.106-1(b) (1) (i), only one responsible source, with: Terumo Cardiovascular Systems 6200 Jackson Road Ann Harbor, MI, 48103-9586 The above authority is cited and justification made based on the determination that the Government's minimum needs can best be satisfied by supplies available from one source. The objective of this sole source award is to procure shunt sensor supplies. Supplies must be compatible with the Terumo CDI 500 blood parameter monitoring system. The following materials are required: 5 cases Shunt Sensor - Item# CD1510H 5 Cases Shunt Sensor - H/S Cuvette, ½"x ½" - Item#6912 The NAICS code for this requirement is 339112. This notice of intent is not a request for competitive quotes; however, interested persons may identify their interest and capability to respond to this requirement. All information received by 8:00 AM Pacific Time on 04 January 2017 may be considered by the Government. Responses shall be submitted to Tiffanie Sutgrey at tiffanie.l.sutgrey.civ@mail.mil. The email subject line shall state, "Naval Medical Center San Diego, "Sole Source Number N0025917N0022" "A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. NO TELEPHONE REQUESTS WILL BE HONORED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917N0022/listing.html)
 
Place of Performance
Address: Naval Medical Center, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN04352278-W 20161217/161215234014-c8d62248f01af9a9c2ad9e5a673ce83c (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.