MODIFICATION
65 -- TACTICAL MEDICAL SUPPLIES
- Notice Date
- 12/12/2013
- Notice Type
- Modification/Amendment
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Development Group, 1636 Regulus Avenue, Building 313, Virginia Beach, Virginia, 23461-2299
- ZIP Code
- 23461-2299
- Solicitation Number
- H92244-14-T-0053
- Archive Date
- 1/14/2014
- Point of Contact
- Catherine A. Prestipino, Phone: 7578629467
- E-Mail Address
-
catherine.prestipino@vb.socom.mil
(catherine.prestipino@vb.socom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for Commercial Items in accordance with the format prescribed in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quote (RFQ); solicitation number is H92244-14-T-0053, and a firm fixed price contract is contemplated. All responsible sources may submit a quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71 effective 25 November 2013, and DFARS 20131118m This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 339999 with a business size standard of 500 employees. The DPAS rating for this procurement is DO-C9E. The Naval Special Warfare Development Group (NSWDG) has a requirement to procure the following Medical Supplies: SECTION B - SCHEDULE OF SUPPLIES AND SERVICES CLIN 0001 Military Blow Out Kit, See Section C - Specifications for Kit Contents, QTY: 200 each CLIN 0002 Pouch for Blow Out Kit; See Section C - Specifications, QTY: 200 each (50 each Multicam, 50 each Desert, and 100 each Woodland). CLIN 0003 Tourniquet and Holster; See Section C - Specifications, QTY: 200 each (50 each Multicam, 50 each Desert, and 100 each Woodland). CLIN 1001 (OPTION) Military Blow Out Kit, See Section C - Specifications for Kit Contents, QTY: 200 each CLIN 1002 (OPTION) Military Blow Out Kit, See Section C - Specifications for Kit Contents, QTY: 200 each CLIN 2001 (OPTION) Pouch for Blow Out Kit; See Section C - Specifications, QTY: 200 each (Desired quantity by color may vary at time of order) CLIN 2002 (OPTION) Pouch for Blow Out Kit; See Section C - Specifications, QTY: 200 each (Desired quantity by color may vary at time of order) CLIN 3001 (OPTION) Tourniquet and Holster; See Section C - Specifications, QTY: 200 each (Desired quantity by color may vary at time of order) CLIN 3002 (OPTION) Tourniquet and Holster, See Section C - Specifications, QTY: 200 each (Desired quantity by color may vary at time of order) SECTION C - SPECIFICATIONS CLIN 0001 (and OPTIONS 1001 AND 1002) TRAINING MILITARY BLOWOUT KIT to include one each of the following, except as noted: Nasopharyngeal Airway 28fr Surgilube 3gr QuickClot Combat Gauze (Z-fold) Foxseal Occlusive Dressing (2 pack) 14G x 3.25" Decompression Catheter (MOJODART, preferred) Primed Compressed Gauze (Z-fold) (2 each) 4" Emergency (Israeli) Dressing 4" Elastic Bandage (non-latex) Red Mechanical Wax Pencil TCCC Casualty Assistance Card Combat Pill Pack NSN 6505-01-548-5129 - Four Pills Not Controlled, 1 Antibiotic, 2 Tylenol, and 1 Anti-Inflammatory **Items to be packaged to fit (as flat as possible) into a Quick Release Pouch and placed into a 5mil poly/COEX vacuum and heat seal bag, top of pouch with a cut for quick-rip ability. *** Kits must be available within five (5) days of receipt of order. CLIN 0002 (and OPTIONS 2001 AND 2002) CARRYING POUCH: Quick Release Pouch, Modular Small Blowout Kit Pouch with Aircraft Cable, Quick Release Strap, and MOLLE straps on back. Must be available in the following fabrics: AOR1, AOR2, MULTICAM (Desired quantity by color may vary at time of order). CLIN 0003 (and OPTIONS 3001 AND 3002) MET 3 TOURNIQUET AND HOLSTER: A MET 3 Tourniquet produced in any of the following fabrics: AOR1, AOR2, MULTICAM. The holster shall be made of the same material, the side flaps shall fold in with enough material to hold the Tourniquet, and the top and bottom flaps must be Velcro/Snap closed. The holster much be large enough to close on a TQ that has been opened, adjusted and refolded; and must have a MOLLE strap on the back (Desired quantity by color may vary at time of order). SECTION I CLAUSES Following Clauses and Provisions applies to this procurement. FAR 52.202-1 Definitions Jan 2012 FAR 52.203-3 FAR 52.203-6 FAR 52.203-10 Gratuities Restrictions on Subcontractor Sales to the Government Price or Fee Adjustment for Illegal or Improper Activity Apr 1984 Sep 2006 Jan 1997 FAR 52.204-7 FAR 52.209-6 System for Award Management Registration Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Jul 2013 Aug 2013 FAR 52.211-14 Notice of Priority Rating for National Defense Use Apr 2008 FAR 52.211-15 Defense Priority and Allocation Requirements Nov 2011 FAR 52.212-1 Instructions to Offerors - Commercial Items Jul 2013 FAR 52.212-3 Offeror Representations and Certifications Commercial Items Aug 2013 FAR 52.212-4 Contract Terms and Conditions-Commercial Items Sep 2013 FAR 52.212-5 FAR 52.217-5 FAR 52.217-8 FAR 52.217-9 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Evaluation of Options Option to Extend Services Option to Extend Term of the Contract Sep 2013 Jul 1990 Nov 1999 Mar 2000 FAR 52.219-6 FAR 52.219-8 Notice of Total Small Business Set-Aside Utilization of Small Business Concerns Nov 2011 Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor Law - Cooperation with Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition Of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative Action For Workers With Disabilities Oct 2010 FAR 52.222-37 Employment Reports on Veterans Sep 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 FAR 52.232-18 Encouraging Contractor Policy to Ban Text Messaging While Driving Availability of Funds Aug 2011 Apr 1984 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Jul 2013 FAR 52.233-1 Disputes Jul 2002 FAR 52.233-3 Protest After Award Aug 1996 FAR 52-242-13 Bankruptcy Jul 1995 FAR 52.243-1 FAR 52.246-25 Changes - Fixed Price Limitation of Liability - Services Aug 1987 Feb 1997 FAR 52.247-34 F.o.b. Destination Nov 1991 FAR 52.249-8 Default Apr 1984 FAR 52.253-1 Computer Generated Forms Jan 1991 DFARS 252-204-7003 DFARS 252.209-7001 Control of Government Personnel Work Product Disclosure of Ownership or Control by the Government of a Terrorist Country Apr 1992 Jan 2009 DFARS 252.211-7003 Item Identification and Valuation Jun 2011 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Mar 2012 DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate Jun 2012 DFARS 252.225-7001 Buy American Act and Balance of Payments Program Dec 2012 DFARS 252.225-7002 Qualifying Country Sources as Subcontractors Dec 2012 DFARS 252.232-7010 DFARS 252.243-7002 Levies on Contract Payments Requests for Equitable Adjustments Dec 2006 Dec 2012 DFARS 252.247-7023 Transportation of Supplies by Sea July 2013 SOFARS 5652.204-9004 Foreign Persons Jan 2006 SOFARS 5652.233-9000 Independent Review of Agency Protests Aug 2011 SOFARS 5652.237-9000 Contractor Personnel Changes Jan 1998 CLAUSES INCORPORATED BY FULL TEXT Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil All FAR Representation and Certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov FAR 52.212-3 Offeror Representations and Certifications Commercial Items Aug 2013 FAR 52.222-41 Service Contract Act of 1965, as amended Nov 2007 FAR 52.222-42 Statement of Equivalent Hires for Federal Hires May 1989 FAR 52.252-2 Clauses Incorporated By Reference Feb 1998 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses Apr 1984 FAR 52.212-2 Evaluation - Commercial Items Jan 1999 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance Technical capability, delivery schedule, and price. The Government will award this contract based on best value to the government. (i) Technical - Offeror shall provide documentations that demonstrate that it meets the requirements of this solicitation. (ii) Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (iii) Price -All line items will be reviewed for price reasonableness. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. SOFARS 5652.201-9002 Authorized Changes Only By Contracting Officer Jan 2005 The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. SOFARS 5652.204-9003 Disclosure of Unclassified Information Jan 2007 (a) On September 21, 2001, the Department of Defense designated Headquarters US Special Operations Command (USSOCOM) a sensitive unit, as defined by Title 10 United States Code (USC) Section 130b (10 USC 130b). In keeping with this designation, unclassified information related to USSOCOM military technology acquisitions managed by USSOCOM or any of its component commands, will be designated Controlled Unclassified Information (CUI). As such, the contractor hereby unequivocally agrees that it shall not release to anyone outside the Contractor's organization any unclassified information, regardless of medium (e.g., film, tape, document, contractor's external website, newspaper, magazine, journal, corporate annual report, etc.), pertaining to any part of this contract or any program related to this contract, unless the Contracting Officer has given prior written approval. Furthermore, any release of information which associates USSOCOM, Special Operation Forces (SOF), or any component command with an acquisition program, contractor, or this contract is prohibited unless specifically authorized by USSOCOM. (b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office. (c) The Contractor shall include a similar requirement in each subcontract under this contract. Subcontractors shall submit request for authorization to release through the prime contractor to the Contracting Officer. (d) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Quotes must be received no later than 9:00 A.M. Eastern Standard Time (EST) on 30 December 2013. Quotes received after this time frame shall not be considered for award. The Government will award the contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government based on best value. The prospective offeror must be registered with the System for Award Management (SAM) website at https://www.sam.gov to be considered for award. The offeror agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quotes. Quotes can be faxed, emailed or mailed in the United States postal mail to NSWDG, ATTN: N01K2, 1636 Regulus Avenue, Virginia Beach, Virginia 23461-2299.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0053/listing.html)
- Place of Performance
- Address: 1636 Regulus Avenue, Virginia Beach, Virginia, 23461, United States
- Zip Code: 23461
- Zip Code: 23461
- Record
- SN03250888-W 20131214/131212235025-9bc88aaabe9668392dc0574d0f0f317c (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 |