SOLICITATION NOTICE
65 -- Defibrillators, Ventilators and other miscellaneous medical equipment for the Mat Sinking Unit
- Notice Date
- 2/11/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 446199
— All Other Health and Personal Care Stores
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-14-T-0014
- Response Due
- 2/18/2014
- Archive Date
- 4/12/2014
- Point of Contact
- Leah B. Cobb, 6016317905
- E-Mail Address
-
USACE District, Vicksburg
(leah.b.cobb@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The U.S. Army Corps of Engineers (USACE), Vicksburg District (MVK) has a requirement to furnish and deliver Defibrillators, Ventilators and other miscellaneous medical equipment for the Mat Sinking Unit. The Government intends to make an award for the entire list of equipment as described for a Firm-Fixed- Price Contract. Offers for less than the required list will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined by the Contracting Officer as advantageous to the Government. Offerors are encouraged to provide their best proposed pricing in their initial offer. Solicitation No. W912EE-14-T-0014 is being issued as a Request for Quotes (RFQ) that will result in a single award contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This procurement is being competed as 100% Small Business Set-Aside. The NAICS Code for this procurement is 446199 All other Health and Personal Care Stores (SIC 5047) with a size standard of $7,000,000.00 for a Firm-Fixed-Price contract. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. PRODUCT SPECIFICATIONS: Reference the Attachments posted with this solicitation under the Additional Documentation link toward the bottom of this announcement: SPECIFICATIONS BID SCHEDULE SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Note to offerors, The Central Contractor Registration (CCR) has been retired and replaced with SAM. In all instances where CCR is referenced you must refer to SAM. EVALUATION OF OFFERS: FAR Clause 52.212-2 EVALUATION-COMMERCIAL ITEMS (JANUARY 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: (1) Technical Capability (2) Satisfactory Past Performance (3)Price All Factors are of equal importance. All quotes submitted will be evaluated for Technical Acceptability, Satisfactory Past Performance and Price. The government will issue award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable and demonstrates satisfactory past performance. (1) Technical Capability - Is defined as the ability to meet the minimum requirements as specified in this solicitation and the attached specification document (See Attachments). The contractor shall provide sufficient documentation of their technical capability, such as experience of the company and/or equipment lists, etc. or other information to enable the Government to determine the company's capability on similar type, size, scope and complexity. (2) Satisfactory Past Performance- to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. Past performance information of key personnel may be provided if the company has limited or no past performance. In the case of an offeror without a record of relevant past performance or for whom information no past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. (3)Price - Reference Contract Clause 52.212-2 Evaluation-Commercial Items. The data provided will be used by the Government to evaluate and award one firm-fixed price service contract. Please provide the following information: Contractor Point of Contact: _______________________________ Point of Contact Phone Number: ___________________________ Point of Contact E-mail Address: ___________________________ Contractor DUNS #: _______________ Contractor CAGE Code: ____________ It is incumbent upon the offeror to submit sufficient information for the Government to determine technical acceptability, successful and satisfactory past performance and price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. The following FAR Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2014), and the following clauses cited within that clause: FAR 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Re-representation (Apr 2009); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.222-50 Combating Trafficking in Persons; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.204-7004 (Alt A.) System for Award Management; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. Quotes are due February 18, 2014 not later than 2:00 p.m. (CST) to U.S. Army Corps of Engineers, ATTN: Leah Cobb, 4155 East Clay Street, Vicksburg, MS 39183-3435. Bids should be submitted electronically via email, providing that they are complete and provide all required information to: Leah.B.Cobb@usace.army.mil. For information concerning this solicitation, contact Leah Cobb at (601) 631-7905; E-mail: Leah.B.Cobb@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-14-T-0014/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN03285999-W 20140213/140211234400-584c4f000f159a8ff8abcc2238cecefc (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 |