Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
SOLICITATION NOTICE

65 -- Transcatheter Aortic Valve Replacement

Notice Date
7/18/2017
 
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
N0025917Q0130
 
Archive Date
8/5/2017
 
Point of Contact
Renier Valdez, Phone: 6195325357
 
E-Mail Address
renier.s.valdez.civ@mail.mil
(renier.s.valdez.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR part 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, 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 is N0025917Q0130. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-95. This is a total small business set aside action. The North American Industry Classification System (NAICS) Code for this acquisition is 339113. The size standard is 1000. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far and www.acq.osd.mil. Delivery is required on or before 26 July 2017. Description of supplies: These supplies are patient specific and are based upon the patient's anatomy. Therefore, we cannot predict in advance the exact item/make/model. At this time, we have determined that the patients will require/need at least one of the following items: 1) Aortic Valve - to replace the defective valve 2) Catheter Delivery System - Delivery device for the valve 3) Compression Loading System - Loads valve on to catheter 4) On-site support during implantation The contractor shall provide the following: CLIN 0001 Evolut PRO Transcatheter Aortic Valve - 26mm; Item Number: EvolutPRO-26-US; Quantity: 2; Unit of Issue: Each; Price: __________; Extended Price: __________; Date Material required: 26 July 2017; Shipping is to be included with the price of the materials. CLIN 0002 Evolut PRO Transcatheter Aortic Valve - 29mm; Item Number: EvolutPRO-26-US; Quantity: 2; Unit of Issue: Each; Price: __________; Extended Price: __________; Date Material required: 26 July 2017; Shipping is to be included with the price of the materials. CLIN 0003 EnVeo Delivery System; Item Number: EnVeoR-N-US; Quantity: 4; Unit of Issue: Each Price: __________; Extended Price: __________; Date Material required: 26 July 2017; Shipping is to be included with the price of the materials. CLIN 0004 EnVeo R Loading System - 26 & 29mm Evolut PRO; Item Number: LS-MDT2-2629-US; Quantity: 4 Unit of Issue: Each; Price: __________; Extended Price: __________; Date Material required: 26 July 2017; Shipping is to be included with the price of the materials. 52.212-1- Instructions to Offerors - Commercial Items (OCT 2015) Submission of Offer: Submit dated quotation to the following email address: Contract Specialist renier.s.valdez.civ@mail.mil at or before the exact time specified in this solicitation. Quotations must be submitted on the letterhead stationery. As a minimum, quotations must show: 1.) The solicitation number; 2.) The time specified in the solicitation for receipt of quotations; 3.) The name, address, and telephone number of the quoter; 4.) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. 5.) Price and any discount terms; 6.) "Remit to" address, if different than mailing address; Proposals are limited to 12 pages which includes price quote for the requested items. All proposals will be evaluated only on the basis established in this solicitation. Offeror shall submit the required technical evaluation factors with technical capability, delivery, and price as requested. Include unit price details/extended price details for each item. The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. 52.212-2 Evaluation - Commercial Items (OCT 2014) The following factors to be used to evaluate offers: FACTOR 1: Technical Capability - the contractor's ability to meet the Government's salient characteristics as stated above. FACTOR 2: Delivery Schedule and Shipping Terms: Delivery Schedule is defined as the lead time necessary to receive the product by the delivery date requested and Shipping Terms is defined as the ability to provide the shipping terms requested. Shipping costs should be included as part of unit cost for each CLIN. FACTOR 3: Price - The Government shall conduct a price evaluation of all technical acceptable price offers. Technical capability and delivery, when combined, are more important than price. This acquisition incorporates the following FAR clauses: 52.204-13 System for Award Management Maintenance (JUL 2013) 52.204-16 - Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 - Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 - Incorporation by Reference of Representations and Certifications, in solicitations and contracts (DEC 2014) 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.211-17 - Delivery of Excess Quantities (SEP 1989) 52.212-1 Instruction to Offerors-Commercial Item (JUL 2013) 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2013) 52.203-6 Restrictions on Subcontractors Sales to the Government (SEP 2006) 52.204-10 Reporting Executive Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.219-6 Notice of Total Small Business Set Aside (NOV 2011) 52.233-3 Protest after Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L. 108-77, 108-78) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -Cooperation with Authorities and Remedies (MAR 2012) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) 52.223-18 encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran -Representation and Certification (OCT 2015) 52.232-18 Availability of Funds (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 252.203-7002 Requirement to inform Employees of Whistleblower Rights. (SEP 2013) 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 (DEV) (OCT 2015) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) 252.204-7013 Limitations on the Use or Disclosure of Information by Litigation Support Offerors (MAY 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014) 252.225-7000 Buy American Act-Balance of Payments Program Certificate (JAN 2009) 252.225-7001 Buy American and Balance of Payments Program (JUN 2012) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012) 252.225-7048 Export Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.232-7006 Wide Area WorkFlow Payment Instructions. (MAY 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (APR 2014) 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. DEFENSE BIOMETRIC IDENTIFICATION SYSTEM (DBIDS) (a) In accordance with CNICMEMO dated May 5, 2017, individuals currently using an NCACS credential for Installation access are required to switch to a DBIDS no later than 14 August 2017. After 14 August 2017, the NCACS credential will no longer be valid for access to Navy Installations. (b) NCACS users may visit the local Navy Installation Visitor Control Center to obtain a DBIDS credential. To ensure uninterrupted Installation access, current NCACS credential holders are encouraged to shift to the DBIDS credential as soon as possible as Navy does not have the ability to extend this deadline. There are no fees incurred by the contractor, vendor, or supplier to obtain a DBIDS credential. (c) Individuals who apply for NCACS credentials during the period of 17 April through 31 May 2017 must also obtain DBIDS credentials. NCACS credentials issued after 17 April 2017 will no longer be accepted without an accompanying DBIDS credential for Navy Installation access. (d) DBIDS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: https://www.cnic.navy.mil/om/dbids.html For more information or to enroll in the DBIDS Program call: 1.202.433.4784. 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. Quotations will be evaluated based on technical capability, delivery, and price. Technical capability and delivery when combined are more important than price. 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 (JUL 2013). 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 Systems (DUNS) number provided by Dunn and Bradstreet is required to register. The website address for SAM registration is https://sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to renier.s.valdez.civ@mail.mil. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 21 July 2017, 0600 Pacific.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0130/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN04583996-W 20170720/170718234942-f3e885dcade8df06bbb2bf9f32a7a368 (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.