Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2014 FBO #4689
SOLICITATION NOTICE

65 -- GOLD OLYMPIA AND FIRMILY

Notice Date
9/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-14-T-0418
 
Archive Date
10/11/2014
 
Point of Contact
Jasmine Lucht,
 
E-Mail Address
jasmine.lucht@med.navy.mil
(jasmine.lucht@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared by the Naval Medical Center San Diego in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition procedures for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00259-14-T-0418. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20061004. 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.acquisition.gov and www.acq.osd.mil. The NAICS code is 339114 and the Small Business Standard is 500. This is a 100% Small Business Set-Aside. Naval Medical Center San Diego requests responses from qualified sources capable of providing: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared by the Naval Medical Center San Diego in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition procedures for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00259-14-T-0418. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20061004. 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.acquisition.gov and www.acq.osd.mil. The NAICS code is 339114 and the Small Business Standard is 500. This is a 100% Small Business Set-Aside. Naval Medical Center San Diego requests responses from qualified sources capable of providing: QTY 9 OUNCES, GOLD OLYMPIA (SHIP TO HAWAII) QTY 9 OUNCES, GOLD FIRMILY (SHIP TO HAWAII) QTY 9 OUNCES, GOLD OLYMPIA (SHIP TO CALIFORNIA) QTY 9 OUNCES, GOLD FIRMILY (SHIP TO CALIFORNIA) SHIPPING Delivery is on or around 02 OCTOBER 2014. SHIP TO ADDRESSES 21ST DENTAL COMPANY NATHAN BRITT BLDG. 3089 D STREET KANEOHE BAY HI 96863-3037 DLA TROOP SUPPORT XDOCK PROJECT, N68470 TATIA CROOK C/O CARDINAL HEALTH MPS DIST CENT 4551 E. PHILADELPHIA ST ONTARIO CA 91761 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The follow FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors- Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. 52.204-10 Reporting Executive Compensation and First-Tier 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post Award Small Business Program Representation 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 52.223-18 Contractor Policy to ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Most clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 225-7001 Buy American Act and Balance of Payment Program and 252.232-7001 Electronic Submission of Payment Requests. 52.204-99 (Dev) System for Award Management Registration (Deviation) 52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (Deviation) This announcement will close at 10:00 AM, Pacific Standard Time on 26 October 2014. Submit your quotes officially and electronically through FBO. For questions, please contact Jasmine Adriano Lucht via email ONLY at Jasmine.Lucht@med.navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote that shall be considered by the agency. See Numbered Note: 1. 52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance; (iv) and small disadvantaged business participation. Technical and past performance, when combined, are the same as price. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://sam.gov. All quotes shall include price(s), FOB point, a point contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet of specifications and requirements. The quoter shall submit, as part of its quote, information on previously performed contract or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contract that the Government feels are most relevant to the RFQ. The purpose of the Numbered Notes is to conserve space and simplify the identification of repetitive notices. When one or more of the Notes applies to a synopsis, contracting officers should reference the note number at the end of <DESC> of the synopsis; e.g., "See Note(s) 1." 1. The proposed contract is 100% set aside for small business concerns. Delivery is on or around 02 OCTOBER 2014. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The follow FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors- Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. 52.204-10 Reporting Executive Compensation and First-Tier 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post Award Small Business Program Representation 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 52.223-18 Contractor Policy to ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Most clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 225-7001 Buy American Act and Balance of Payment Program and 252.232-7001 Electronic Submission of Payment Requests. 52.204-99 (Dev) System for Award Management Registration (Deviation) 52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (Deviation) This announcement will close at 10:00 AM, Pacific Standard Time on 26 October 2014. Submit your quotes officially and electronically through FBO. For questions, please contact Jasmine Adriano Lucht via email ONLY at Jasmine.Lucht@med.navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote that shall be considered by the agency. See Numbered Note: 1. 52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance; (iv) and small disadvantaged business participation. Technical and past performance, when combined, are the same as price. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://sam.gov. All quotes shall include price(s), FOB point, a point contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet of specifications and requirements. The quoter shall submit, as part of its quote, information on previously performed contract or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contract that the Government feels are most relevant to the RFQ. The purpose of the Numbered Notes is to conserve space and simplify the identification of repetitive notices. When one or more of the Notes applies to a synopsis, contracting officers should reference the note number at the end of <DESC> of the synopsis; e.g., "See Note(s) 1." [Below is the list of the most common Numbered Notes from the FedBizOpps website.] 1. The proposed contract is 100% set aside for small business concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-14-T-0418/listing.html)
 
Place of Performance
Address: 21ST DENTAL COMPANY, NATHAN BRITT, BLDG. 3089 D STREET, KANEOHE BAY HI 96863-3037, DLA TROOP SUPPORT XDOCK PROJECT, N68470, TATIA CROOK, C/O CARDINAL HEALTH MPS DIST CENT, 4551 E. PHILADELPHIA ST, ONTARIO CA 91761, United States
Zip Code: 91761
 
Record
SN03525775-W 20140926/140925000654-9545a7b7dced5ee8fea5310b5b88be0f (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.