SOLICITATION NOTICE
65 -- Physical Therapy Tools/Equipment
- Notice Date
- 11/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Defense Health Agency - Contract Operations Division-NCR
- ZIP Code
- 00000
- Solicitation Number
- HT0014-15-T-KR01
- Archive Date
- 12/11/2014
- Point of Contact
- Katherine A. Rowe, Phone: 5712313753
- E-Mail Address
-
katherine.a.rowe4.ctr@mail.mil
(katherine.a.rowe4.ctr@mail.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. 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. (II) Solicitation HT0014-15-T-KR01 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-74 dated 1 Nov 2014. (IV) This acquisition is reserved for small business concerns. The Government intends to issue multiple Blanket Purchase Agreements (BPAs) to more than one vendor. The associated North American Industry Classification System (NAICS) code for this acquisition is 334510, small business size 500 employees. (V) Commercial Item Description: The Defense Health Agency Contracting Office in the North Capital Region is soliciting Physical Therapy consumable/non consumable tools for patient remediation for impairment and disabilities and the promotion of mobility, functional ability, quality of life, and patient movement potential. The Government intends to award more than one BPA to Offerors who offers the lowest price, technically acceptable procedures that conforms to the Government's needs, that covers but not limited to, exercise cardio, exercise strength, modalities, wound and scar care, hand/bedroom/bathroom/high and low reach aids, massage and wellness, exercise supplies, clinic supplies, evaluation, speech, splinting, ortho upper, ortho lower, contracture management, fall prevention, compression products, taping, sensory motor, pediatrics, mobility, dining, bathing, toileting, and ADL. Technical capability is more important than price. The Offeror will provide proof that they can meet the technical portions outlined in the terms and conditions by submitting a catalog and price list. The entire BPA period will be from 1 Dec 2014 - 30 Nov 2016. (VI) The contractor is to provide all management, tools, equipment, materials, supplies, and transportation necessary to supply various supplies identified by the Government. (VII) The total duration of this BPA shall not exceed two-years. (VIII) The provision at FAR 52.212-1, Instruction to Offerors, Commercial Items, applies to this solicitation. (IX) The provision at 52.212-2, Evaluation - Commercial Items applies and is spelled out in paragraph (a) of this solicitation. (X) FAR 52.212-3 (Alt I), Offerors Representations and Certifications, Commercial Items, (Offerors shall include a completed copy as part of their quote or completed copy of their Reps & Certs from System for Award Management (https://www.sam.gov/portal/SAM). (XI) 52.212-4 Contract Terms and Conditions are incorporated by reference and applies to this acquisition with the following addendum: Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Dev). Additional FAR clauses cited within the clause that applies are applicable to the acquisition are as follows: 52.203-3, Gratuities; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-9, 52.219-14, Limitations on Subcontracting; 52.219-16, Liquidated Damages - Subcontracting Plan; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.232-36, Payment by Third Party; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.242-13, Bankruptcy; 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.225-7024, Requirement for Products or Services from Afghanistan; 252.225-7048, Export Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card; 252.232-7010, Levies on Contract Payments. (XIII) Post-Award Small Business Program Representation; 52.252-2 Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses. *Note: The full text of a clause/provision may be accessed electronically at this address: http//farsite.hill.af.mil/; Additional FAR clauses within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. All quotes shall reference the RFQ number and shall be submitted in writing by 3:30 P.M. Eastern Standard Time on 26 Nov 2014. The anticipated award date is 1 Dec 2014. (XVI) For information regarding this solicitation, contact Katherine Rowe at Katherine.a.rowe4.ctr@mail.mil. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via email to the address above. All answers (on a non-attribution basis) will be posted to http://www.fbo.gov. They will be contained in a document titled quote mark Questions and Answers Quote mark. Offerors are requested to submit questions to the email address noted above no later than 10:00 A.M. Eastern Standard Time on 24 Nov 2014. Terms of the solicitation and terms and conditions remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management (SAM).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8bf0171e03ca59c350b39556664602dd)
- Place of Performance
- Address: Ft Belvoir Community Hospital, Ft Belvoir, VA, Ft Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN03573737-W 20141116/141114234714-8bf0171e03ca59c350b39556664602dd (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 |