Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2014 FBO #4584
SOLICITATION NOTICE

65 -- GEM 4000 Cartridges - Sole Source Letter

Notice Date
6/11/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
FM442741560767-Trahan-GEM
 
Archive Date
6/20/2014
 
Point of Contact
Brian J. Trahan, Phone: 7078163897
 
E-Mail Address
brian.trahan.2@us.af.mil
(brian.trahan.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Letter This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is FM442741560767-Trahan-GEM; this solicitation is a sole source request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74 effective May 30, 2014; Defense DPN 20140528 effective May 28, 2014, and AFAC 2014-0421 effective April 21, 2014. The North American Industry Classification System (NAICS) code is 339112, and the business size standard is 500 emp. The Federal Supply Class (FSC) is 6515. The Standard Industrial Classification (SIC) is 3829. Requirement Description: Travis AFB intends to award sole source for Instrumentation Laboratory GEM 4000 ABG/CO-OX/Lytes/Glucose/Lactate Cartridge 300 Test. The following commercial items are requested in this solicitation; Clin 0001 - GEM 4000 ABG/CO-OX/Lytes/Glucose/Lactate Cartridge 300 Test. Item ID# 00027430010; Quantity: 10 each Date of Delivery: June 20, 2014 FOB: Destination for delivery to Travis AFB. The following FAR, DFARS, and AFFARS clauses apply to this requirement: The following provisions and/or clauses apply to this acquisition. FAR clauses: 52.204-7 System for Award Management Registration (DEVIATION); 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-3 Offeror Representations and Certifications 52.212-4 Contract Terms and Conditions - Commercial Items 52.219-28 Post Award Small Business Program 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; 52.222-36 Affirmative Action for Workers With Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran- Representation and Certification 52.233-1 Disputes 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contracts; 52.252-1 Solicitation Provisions to be incorporated by reference 252.247-7023 Transportation of Supplies by Sea, Alternate III; 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representations Relating to Compensation 252.232-7010 Levies on Contract Payments 252.204-7003 Control of Government Personnel Work Product. 252.204-7004 Alternate A- System for Award Management Registration 252.225-7001 Buy American Act and Balance of Payment Program - Commodities 252.225-7002 Qualifying Country Sources as Subcontractors - Commodities 252.232-7003 Electronic Submission of Payment Requests 52.212-2 Evaluation - Commercial Items (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: (i) technical capability of the item offered to meet the Government requirement; (ii) price 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) Alternate II. (a) (1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to- (i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than- (i) Paragraph (a) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (a) (1) (ii) does not flow down; and (ii) Those clauses listed in this paragraph (b) (1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (A) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 3509)). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (C) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (D) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (E) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (F) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (G) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (H) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. Chapter 67, et seq.). (I) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (J) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. Chapter 67.). (K) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (L) 52.222-54, Employment Eligibility Verification (E.O. 12989) (Jul 2012). (M) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (42 U.S.C.1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (N) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b)) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:/www.arnet.gov/far or http:/farsite.hill.af.mil (End of Clause) 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation 48 CFR Chapter 2 clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 252.204-7006 Billing Instructions. As prescribed in 204.7109, use the following clause: BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) 5352.201-9101 Ombudsman OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Office Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Please send any responses to brian.trahan.2@us.af.mil. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All responsible sources may submit a quote which will be considered by the agency, NO LATER THAN 16 June 2014, at 12:00pm, PST; quotes are to be provided by email. Points of contact: Contracting Specialist: A1C Brian Trahan - 707-816-3897 - brian.trahan.2@us.af.mil Contracting Officer: TSgt Reid A. Blosser - 707-424-7724 - reid.blosser@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FM442741560767-Trahan-GEM/listing.html)
 
Place of Performance
Address: Travis AFB, Fairfield, Louisiana, 94535, United States
Zip Code: 94535
 
Record
SN03391510-W 20140613/140611234545-71dceee9c1d20caacd6ba5ddfc69baf4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.