SOLICITATION NOTICE
65 -- Combined Synopsis Solicitation - Portable Suction Apparatus
- Notice Date
- 3/22/2013
- 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
- N62645RC25018
- Response Due
- 4/5/2013
- Archive Date
- 4/20/2013
- Point of Contact
- Rebecca Wisner 301-619-8413
- E-Mail Address
-
Rebecca.Wisner@med.navy.mil
(Rebecca.Wisner@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations (RFQ) are being requested and a written solicitation will not be issued. The solicitation number is N62645RC25018. The solicitation is issued as an Request for Quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 2005-66 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 and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334510, with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing a portable Suction Apparatus with the following salient characteristics: SALIENT CHARACTERISTICS: The Suction Apparatus system shall consist of: The U.S. Navy Fleet (multiple hulls) has a need for thirty-two (32) Impact Instrumentation, Inc. model 326M portable suction apparatus and seventeen (17) cases of 1200cc disposable suction canisters to be used in various circumstances and procedures, especially emergencies, throughout the ships. The item shall be a U.S. FDA market approved, programmable, portable suction apparatus used for surgical, gastrointestinal and abdominal suction; capable of operating via 110/120VAC, 60Hz power, via an external 12VDC source, and from an internal battery; be capable of operating for a minimum of two hours on internal battery power; be capable of simultaneous use while recharging batteries on a standard 110/120 VAC, 60Hz, 15 Amp outlet or 12 VDC power source; be equipped with a carrying case with strap, allowing for full view of gauges, switches and indicators; be capable of selectable vacuum modes between continuous 0- 550 mmHg and intermittent 0-220 mmHg and have adjustable time intervals in both the śOn ť and śOff ť positions; incorporate a bracket for dual suction canisters; include two (2) disposable suction containers with lids and biological filters with a capacity of 1200cc each for each suction apparatus; be EMI/RFI certified for aeromedical use; not exceed a weight of 15 pounds, excluding the canisters; be compatible with existing Impact Instrumentation disposable 1200cc canisters already maintained on the ships. Spare 1200cc disposable canisters shall incorporate lids with extra port for two canister collection and biological filters. THIS IS A BRAND NAME OR EQUAL REQUIREMENT. ITEM 0001 Description: Impact 326 M 800-0326-03 Qty 32 PRICE per unit$_________ ITEM 0002 Description: 410-0004-12 (case of 12) 1200 cc Disposable Collection Jars Qty 17 PRICE per case $________ Offerors are reminded to include a completed copy of 52.212-3 with ALTI, 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law, 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law with RFQ response. All clauses shall be incorporated by reference in the order. 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 to the 17 different shipping addresses located in the following city and state locations. San Diego, CA Pearl Harbor, HI Everette, WA Norfolk, VA Mayport, FL Kings Bay, GA Regulatory Requirements: The 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. 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 offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of proposals 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 requirements of the solicitation (proposal will have to meet or exceed the acceptability standards for non-cost factors) 2. Price (all CLINs shall be priced) INSTRUCTIONS TO OFFERORS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for a thorough evaluation of the Quote. 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. Delivery date 08 July 2013 Other Administrative Instructions: System for Award Management (SAM). Offerors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM/; provide DUNS number; Cage Code and TIN. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 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: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 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; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). [Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order.] Additional contract terms and conditions that may be applicable are: FAR 52.211-6 Brand Name or Equal FAR 52.247-34, F.O.B. Destination DFARS 252.211-7003, Item Identification and Valuation 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: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 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 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate 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) DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. 252.246-7005 Notice of Warranty Tracking of Serialized Items. 252.246-7006 Warranty Tracking of Serialized Items Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to: Proposals are due by: 3:00 Eastern Time on 05 April 2013. Any questions must be addressed to Rebecca.Wisner@med.navy.mil by email only NLT 27 March 2013. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645RC25018/listing.html)
- Record
- SN03019227-W 20130324/130322234913-46fb51d1b81952c20b2722676077433b (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 |