SOLICITATION NOTICE
65 -- LABORATORY SUPPLIES - Package #1
- Notice Date
- 9/8/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NH Camp Pendleton, Box 555191, Marine Corps Base, Camp Pendleton, California, 92055-5191, United States
- ZIP Code
- 92055-5191
- Solicitation Number
- N68094-13-T-0046
- Archive Date
- 10/3/2013
- Point of Contact
- Leliza G. Sarino, Phone: 7607251463
- E-Mail Address
-
leliza.sarino@med.navy.mil
(leliza.sarino@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole Source Justification Combined Synopsis/Solicitation Notice of Intent - Sole Source Solicitation Number: N68094-13-T-0046 Purchase Description: LABORATORY SUPPLIES Contractor: ORTHO-CLINICAL DIAGNOSTICS This is a Combined Synopsis/Solicitation Notice of Intent for the Sole Source for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as a "Brand Name" Sole Source Procurement". The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, reference solicitation number N68094-13-T-0046, as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is "325413," with a other than small business standard of "500". The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-69 effective a September 3, 2013 nd Defense Federal Acquisition Regulation Supplement. DPN 20130808 effective August 08, 2013. The Government intends to award a Firm Fixed-Price Commercial Purchase Order as a"Brand Name" Sole Source Procurement to contractor "ORTHO-CLINICAL DIAGNOSTICS, INC." ROCHESTER, NY 14626-5101 in accordance with FAR 13.106-1(b) due to the urgency and only one source being reasonably available. The Contracting Officer determination for Other than Full and Open Competition is attached. DESCRIPTION: Describe ALL items below items list to include a description of item, quantities, and unit of issue. CLIN 0001: MTS A/B/D MONO & REV GRP 5x20 Item # MTS080515 Qty: 67, Unit of issue: Package, CLIN 0002: MTS A/B/D/A/B/D MONO GRP 5x20 Item # MTS081115 Qty: 36, Unit of issue: Package, CLIN 0003: MTS ANTI-IGG CARD 5X20 Item # MTS084024 Qty: 36, Unit of issue: Package, CLIN 0004: MTS ANTI-IGG C3D GEL CD Item # MTS084014 Qty: 4, Unit of issue: Package, CLIN 0005: MTS TIPMASTER PIP TIP RACK Item # MTS9633 Qty: 36, Unit of issue: Case, CLIN 0006: MTS ROUND DIL2 100ML/5BTLS Item # MTS9230 Qty: 4, Unit of issue: Package, CLIN 0007: MTS ROUND DIL2+ 100ML/5BTLS Item # MTS9330 Qty: 12, Unit of issue: Package, CLIN 0008: AFFIRMAGEN 2X10 ML Item # 719210 Qty: 52, Unit of issue: Package, CLIN 0009: 0.8% RESOLVE A 11X3MLItem # 6902317 Qty: 13, Unit of issue: Package, CLIN 0010: 0.8% RESOLVE B 11X3MLItem # 6902318 Qty: 13, Unit of issue: Package, CLIN 0011: 0.8% SELECTOGEN 2X10ML Item # 6902315 Qty: 65, Unit of issue: Package, CLIN 0012: COOMBS CONTROL 1X10 ML Item # 719810 Qty: 13, Unit of issue: Package, CLIN 0013: ORTHO CONFIDENCE SYSTEM Item # 6902096 Qty: 13, Unit of issue: Package, PERIOD OF PERFORMANCE: 01 OCTOBER 2013 - 30 SEPTEMBER 2014 CLIN 0001: Delivery Schedule: 6Pk Oct13 6Pk Apr14 6Pk Nov13 5Pk May14 6Pk Dec13 5Pk Jun14 6Pk Jan14 5Pk Jul14 6Pk Feb14 5Pk Aug 14 6Pk Mar14 5Pk Sep 14 CLIN 0002: Delivery Schedule: 3Pk Oct13 3Pk Apr14 3Pk Nov13 3Pk May14 3Pk Dec13 3Pk Jun14 3Pk Jan14 3Pk Jul 14 3Pk Feb14 3Pk Aug14 3Pk Mar14 3Pk Sep14 CLIN 0003: Delivery Schedule: 3Pk Oct13 3Pk Apr14 3Pk Nov13 3Pk May14 3Pk Dec13 3Pk Jun14 3Pk Jan14 3Pk Jul 14 3Pk Feb14 3Pk Aug14 3Pk Mar14 3Pk Sep14 CLIN 0004: Delivery Schedule: (1) Every three months Oct13 Jan14 Apr14 Jul14 CLIN 0005: Delivery Schedule: 3Pk Oct13 3Pk Apr14 3Pk Nov13 3Pk May14 3Pk Dec13 3Pk Jun14 3Pk Jan14 3Pk Jul 14 3Pk Feb14 3Pk Aug14 3Pk Mar14 3Pk Sep14 CLIN 0006: Delivery Schedule: (1) every three months 1Ea Oct13 1Ea Jan14 1Ea Apr14 1Ea Jul14 CLIN 0007 Delivery Schedule: 1Ea Oct13 1Ea Apr14 1Ea Nov13 1Ea May14 1Ea Dec13 1Ea Jun14 1Ea Jan14 1Ea Jul 14 1Ea Feb14 1Ea Aug14 1Ea Mar14 1Ea Sep14 CLIN 0008 Delivery Schedule: (4) every 28 days CLIN 0009: Delivery Schedule: (1) every 28 days CLIN 0010: Delivery Schedule: (1) every 28 days CLIN 0011: Delivery Schedule: (5) every 28 days CLIN 0012: Delivery Schedule: (1) every 28 days CLIN 0013: Delivery Schedule: (1) every 28 days FOB DESTINATION Place of Delivery: NAVAL HOSPITAL CAMP PENDLETON ALFONZIA EDGE RECEIVING BLDG H-135 CAMP PENDLETON, CA 92055-5191 TEL: 760-725-1251 Responses/quotes MUST be received no later than September 18, 2013; 10:30 AM (Pacific Daylight Time). Forward responses by e-mail to Leliza.sarino@med.navy.mil or fax to 760-725-1485. Due to technical issues, please allow additional time if you're using electronic means. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ This is "BRAND NAME SOLE SOURCE" procurement. All CLINs/Items must be identified with the manufacturer name and part/model number based on the description provided for each CLIN/Item in the solicitation. The Government will consider offers/quotes only from "authorized dealers/resellers" of the manufacturer. APPLICABLE FAR CLAUSES: (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (FEB2012): (2) FAR 52.212-2: Evaluation - Commercial Items (JAN1999): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer is most advantageous to the Government. Evaluation of offers will be made in accordance with FAR Part 12.602, Streamlined Evaluation of Offers, using the following three (3) factors: (1) Technical Capability: Meets Brand Name specifications in accordance with "Description" of supplies. (2) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (3) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Technical and past performance, when combined, are approximately equal to cost or price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (DEC2012) or indication that offeror representations and certifications are in System for Award Management (SAM). (4) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (FEB2012) (5) 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (NOV2012) (6) FAR 52.232-18 Availability of Funds OTHER CLAUSES, TERMS, AND CONDITIONS: INVOICING INSTRUCTIONS - MANDATORY: SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-877-251-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information) (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. Routing Table WAWF Invoice Type COMBO Contract Number N/A Delivery Order Number N/A Issuing Office DODAAC N68094 Admin Office DODAAC N68094 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) N/A Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher) N68094 Acceptance At Other N/A Local Processing Office (Certifier) N68094 DCAA Office DODAAC (Used on Cost Voucher's only) N/A Paying Office DODAAC HQ0248 Acceptor/COR Email Address N/A (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: Name Email Phone Role JoseRamon Jovellanos Requesting Activity Michael Kline Michael.kline@med.navy.mil 760- 725-1393 WAWF Acceptor ALLEN L. POWERS Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N68094-13-T-0046/listing.html)
- Place of Performance
- Address: NAVAL HOSPITAL CAMP PENDLETON, RECEIVING, BLDG H-135, CAMP PENDLETON, California, 920555191, United States
- Zip Code: 55191
- Zip Code: 55191
- Record
- SN03179129-W 20130910/130909185606-a62ec9eb6c818a4efb3caaee997dea81 (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 |