SOLICITATION NOTICE
65 -- Medical Repair Parts
- Notice Date
- 2/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-14-T-0085
- Archive Date
- 2/28/2014
- Point of Contact
- Kevin W. Knapp, Phone: 6195325944
- E-Mail Address
-
kevin.knapp@med.navy.mil
(kevin.knapp@med.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SOLICITATION/SYNOPSIS for commercial items, which the Naval Medical Center San Diego intends to solicit as a 100% small business set-aside under the authority of FAR 6.203. This Solicitation/Synopsis was prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-14-T-0085 is issued as a request for quotation (RFQ). The closing date is 13 February 2014 @ 8:00a.m. Pacific Daylight Time. POC: Kevin Knapp Purchasing Agent, kevin.knapp@med.navy.mil. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 January 30, 2014. 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.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 811219; Size: 19.0M. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001: Part no. # M1137168 PART, ELEVATING COLUMN POWERLIFT-M 115 VAC MANUFACTURER: DATEX-OHMEDA (GEMSIT) Unit of Issue EA QTY 01 $_________________ CLIN 0002: Part no. # M1152760 BASE SHROUD MANUFACTURER: DATEX-OHMEDA (GEMSIT) Unit of Issue EA QTY 01 $_________________ CLIN 0003: Part no. # M1154653 BASE PLATE MANUFACTURER: DATEX-OHMEDA (GEMSIT) Unit of Issue EA QTY 01 $_________________ CLIN 0004: Part no. # M1161801 SCREW M8X40 MANUFACTURER: DATEX-OHMEDA (GEMSIT) Unit of Issue EA QTY 08 $_________________ CLIN 0005: Part no. # 6600-0713-406 SPLIT RING WASHER M8 MANUFACTURER: DATEX-OHMEDA (GEMSIT) Unit of Issue EA QTY 08 $_________________ CLIN 0006: Part no. # 2076641-001 M8 THICK FLAT WASHER M8 MANUFACTURER: DATEX-OHMEDA (GEMSIT) Unit of Issue EA QTY 04 $_________________ CLIN 0007: Part no # 0616-0203-300 LUBRIPLATE GREASE MANUFACTURER: DATEX-OHMEDA (GEMSIT) Unit of Issue EA QTY 02 $_________________ CLIN 0008: Part no # 6600-1163-600 LATCH CONNECTOR BERGCON MANUFACTURER: DATEX-OHMEDA (GEMSIT) Unit of Issue EA QTY 02 $_________________ CLIN 0009: Part no # 400192 PCA, MASIMO OEM, SPOT VITAL SIGNS MODEL: SPOTVITALSIGN SLX (450MT) MANUFACTURER: WELCH ALLYN INC. Unit of Issue EA QTY 01 $__________________ CLIN 0010: Part no # 1010-031-078 GAS CYLINDER, 240 NEWTON MODEL: 0735 STRETCHER MANUFACTURER: STRYKER MEDICAL Unit of Issue EA QTY 04 $__________________ CLIN 0011: Part no # 80635 BATTERY 2.8AH (2100 2014 2314) MODEL: SUCTION UNIT (2314) MANUFACTURER: SSCOR, INC Unit of Issue EA QTY 04 $_________________ CLIN 0012: Part no # P07168-02 BATTERY MODEL: SONSITE MICRMAXX MANUFACTURER: SONOSITE Unit of Issue EA QTY 04 $_________________ CLIN 0013: Part no # 5071 11.1 VOLT 4.2AH LI-ION BATTERY MANUFACTURER: R&D BATTERIES, INC Unit of Issue EA QTY 40 $___________________ Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is http://www.sam.gov. Contractor SHALL complete FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, when submitting a proposal. The website address is http://www.acq.osd.mil. 52.204-7 Central Contractor Registration (DEC 2012) 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.212-1 Instruction to Offerors-Commercial Item(FEB 2012) 52.212-3 Offeror Representations and Certification Items(MAR 2012) 52.212-4 Contract Terms and Conditions-Commercial Items(FEB 2012) 52.212-5 Contract and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2012). 52.219-28 Post Award Small Business Program Representation (April 2012) 52.222-3 Convict Labor (JUN 2007). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31U.S.C. 3332). 52.252-2 Clauses Incorporated By Reference (FEB 1998). 52.252-1 Solicitation Provision Incorporated by Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007). 252.225-7001 Buy American and Balance of Payment Program (DEC 2012). 252.232-7003 Electronic Submission of Payment Request (MAR 2007). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003). 52.212-2 Evaluation- Commercial Items (JAN 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose confirming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation factors in descending order of importance: 1) Technical Capability, 2) Delivery Schedule, and 3) Price. The following factors to be used to evaluate offers: Technical Capability, Defined as ability of the products to meet the salient characteristics needed. Delivery Schedule. Defined as, lead time necessary to receive the product. Price. Technical capability and delivery schedule, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet the first 2 factors will not undergo a price evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-14-T-0085/listing.html)
- Place of Performance
- Address: 34800 Bob Wilson Dr., San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN03283333-W 20140208/140206235640-baa74bf7e2e820d9ef0163027b186b69 (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 |