Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

65 -- Medical Supplies IDIQ - Attachment 1 - Medical Supplies List

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
DJF-17-0700-PR-0005289
 
Archive Date
9/2/2017
 
Point of Contact
eliana york, Phone: 703-632-8067
 
E-Mail Address
eliana.york@ic.fbi.gov
(eliana.york@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular FAC 2005-95. All future information about this acquisition including solicitation amendments will also be distributed solely thought this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this acquisition. The Request for Proposal number is DJF-17-0700-PR-0005289 and shall be referenced on all proposals. The Federal Bureau of Investigation (FBI) contemplates award of a single Indefinite Delivery Indefinite Quantity (IDIQ) contract for Firm Fixed Price supplies to a single contractor for a base year plus four 1-year option year periods. This acquisition is a 100% set-aside for small business utilizing North American Industry Classification (NAICS) code 423450, with a size standard of 500 employees. See Attachment 1 to solicitation DJF-17-0700-PR-0005289 fora complete list of medical supplies to be purchased under the IDIQ contract. Requirements: 1. The items listed in Attachment 1 are anticipated to be the primary supplies necessary to perform the contract. Other supplies may be added as applicable and necessary under the contract. 2. All items in Attachment 1 shall have a shelf life of no less than 12 (twelve) months unless approved in advance by the FBI Contracting Officer Representative (COR). 3. All medications provided from the vendor must match the name/description listed in Attachment 1. Generic medications are acceptable. Vendor must notate in their quote if they are providing generic medications. 4. All unit prices shall include the cost of shipping. 5. If the vendor ships the incorrect item or provides a product with less than the shelf life listed in Section 1.1, the items will be returned and the vendor shall bear the cost of all return shipping charges. 6. Delivery for items, other than pharmaceuticals, shall be received within ten (10) business days after receipt of order unless the item is on national backorder. Pharmaceuticals shall be delivered no later than twenty (20) business days after receipt of order, unless an item is on national backorder. 7. The FBI will accept partial shipments. However, the vendor must notify the COR in advance if partial shipments will be necessary to fill an order. 8. Delivery of all items under this contract shall be accompanied by a signed delivery ticket or sales slip. 9. Returns: clearly define the return policy and any associated costs as part of the proposal. 10. Vendor shall return phone calls from the FBI on the same business day. **Minimum and Maximum Amounts, Indefinite Delivery Indefinite Quantity (IDIQ) In accordance with FAR 52.216-22, the Government shall order the minimum under this contract, which is $75,000.00. The cumulative amount of all delivery orders shall not exceed $500,000.00 for the entire period of performance of the contract (including options, if exercised). As part of the proposal, the Offeror shall provide pricing for items in Attachment 1 for the base year and all option years. Please carefully review the commercial item FAR clauses for information about requirements and instructions submitting a quotation. The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2015). The selected Offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2016). FAR 52.212-2 Evaluation - Commercial Items (JAN 1999) - Award will be made to the Lowest Price Technically Acceptable Offeror. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (MAR 2016) will apply: 52.203-6,, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-33. In addition to the above clauses, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is incorporated by reference. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Officer. No direct discussion between the technical representative and a prospective Offeror will be conducted unless it is deemed necessary by the Contracting Officer. All questions and clarifications relate to this RFP shall be submitted no later than Friday, 11 August, 2017 to Eliana.york@ic.fbi.gov Quotes shall be submitted by e-mail to Eliana York, Contracting Officer, at Eliana.york@ic.fbi.gov, no later than 5:00 PM EST, 18 August, 2017. Quotes shall be clearly marked RFQ DJF-17-0700-PR-0005289. Offerors are hereby notified that if quotes are not received by the date, time and location specified in this announcement, they will not be considered. Telephone requests will not be allowed. All offers must be valid for 60 calendar days from the closing date for this solicitation. Quotes may be sent via company standard quotation form but must include the following information: Tax ID#, DUNS#, Cage Code #, Point of Contact with e-mail address and telephone information. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. The FBI is utilizing a new financial system that has a direct interface with SAM. If any current FBI vendor data conflicts with SAM data, the information contained in SAM may override the Bureau current information. The Offeror's information in SAM must be updated and accurate, and shall include Tax ID#, EFT, DUNS#, address and contact information. The EFT banking information on file in SAM will be used to process payment to vendors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF-17-0700-PR-0005289/listing.html)
 
Record
SN04617498-W 20170810/170808232114-d742e869909a54f349f54077f591f1eb (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.