SOLICITATION NOTICE
65 -- Suction Apparatus
- Notice Date
- 6/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
- ZIP Code
- 00000
- Solicitation Number
- N62645RC25035
- Response Due
- 6/27/2012
- Archive Date
- 6/27/2012
- Point of Contact
- Jaime Belletto 3016193020
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number is N6264512RC25035. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 2005-59 are incorporated. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far. The NAICS code is 334510 with a business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a quote. The Naval Medical Logistics Command request responses from qualified sources capable of providing a Portable Suction Apparatus ™ with the following salient characteristics: Essential Characteristics Portable Suction Apparatus ™ The U.S. Naval Fleet has a need of 22 portable suction apparatus ™ to be used in various circumstances and procedures, especially emergencies, throughout multiple ships. The suction apparatus must be rugged, portable and battery operated. The batteries shall be capable of being recharged on a standard 110 VAC, 60Hz, 15 Amp outlet or 12 VDC power source. The unit shall be protected utilizing a carrying case with strap. The carrying case shall allow the operator the ability to read the unit ™s gauges while in the case. The control mode switches and indictor lamps shall also be accessible and visible while contained in the carrying case. The suction unit shall be selectable between continuous 0- 550 mmHg and intermittent 0-220 mmHg modes and have selectable intervals from 5- 40 seconds in both the śOn ť and śOff ť positions. The unit shall incorporate a disposable suction container. The ships already have a stock level of consumables and durables which directly interface to an already existing stock of Impact 326M suction apparatus. It is essential the human factors that interface between these devices be identical as any variation inserts a probability of an operator error, which could easily result in unsuccessful outcomes. THIS IS A BRAND NAME OR EQUAL PROCUREMENT. ITEM 0001 Impact Suction 326M 800-0326-03 Qty 22 PRICE$__________ Other considerations: 1. All equipment and accessories shall be new from the manufacturer. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. Delivery: On-site delivery Shipping per unit - San Diego, CA: $___________ Shipping per unit “ Norfolk, VA: $___________ Shipping per unit “ Pearl Harbor, HI: $___________ Shipping per unit “ Kings Bay, GA $___________ Shipping per unit “ Groton, CT: $___________ Shipping per unit “ Santa Rita, GU: $___________ Shipping per unit “ Silverdale, WA: $___________ Regulatory Requirements: Portable Suction Apparatus ™ and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. INSTRUCTIONS TO OFFERORS: Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for a thorough evaluation of the Quote. Quotes will be evaluated to determine if they meet the essential characteristics. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. The Contractor shall not ship, and the Government will assume no increase in liability, if the costs will exceed the specified estimated amount without first obtaining a contract modification to cover the additional costs. The offeror ™s initial Quote shall contain the offeror ™s best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable. Award shall be made on the basis of the lowest evaluated price of Quotes meeting or exceeding the acceptability standards for non-cost factors (ie. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror ™s total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the essential characteristics (Quotes will have to meet or exceed the required essential characteristics). 2. Price. All CLINs shall be priced. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.204.10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209.6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; FAR 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Additional contract terms and conditions that may be applicable are: FAR 52.247-34, F.O.B. Destination DFARS 252.211-7003, Item Identification and Valuation (if applicable). DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.227-7015, Technical Data ”Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. 252.246-7005Notice of Warranty Tracking of Serialized Items (JUN 2011) 252.246-7006Warranty Tracking of Serialized Items (JUN 2011) 252.209-7998 REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to 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 the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (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 the 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, (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) Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by 3:00 p.m. Eastern Time on 27 June 2012. Any questions must be addressed to Jaime.belletto@med.navy.mil by email only NLT 20 June 2012. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645RC25035/listing.html)
- Record
- SN02773351-W 20120614/120612235333-44d735b79ee78687f2d4c88ee0338ba8 (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 |