Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2017 FBO #5574
MODIFICATION

65 -- Ophthalmic Surgical Tables

Notice Date
2/24/2017
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance 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
N0025917Q0089
 
Archive Date
4/12/2017
 
Point of Contact
Robert M. Salomon, Phone: 6195328108
 
E-Mail Address
robert.m.salomon2.civ@mail.mil
(robert.m.salomon2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice to the contractor. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, 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. Naval Medical Center San Diego (NMCSD) has a requirement for five (5) Ophthalmic Surgical Tables that will be used during all phases of the surgical process, including pre-operation and recovery. The Ophthalmology department provides care to limited-mobility patients, and therefore it is essential to keep the patient in the same bed throughout the surgical process to allow less movement and decrease the chance of a mishap. Essential to the various stages of preparation, surgery, and recovery, is the capability of the surgical table to transform into a chair position utilizing only electrical power to eliminate the risk of injury to staff from the lifting of patients and manual positioning of equipment. CLIN 0001: Ophthalmic Surgical Table QTY: 5 EA $________ The required minimum salient characteristics of the surgical tables are: (1) Patient weight capacity of at least 500 pounds; (2) Must convert from table to chair (and vice versa) solely with electric power; (3) Longitudinally accommodate patients of varying size and shape; (4) Headrest must be adjustable/articulating for ophthalmic surgery; (5) Must have emergency shut down of power; (6) Ability to maintain operation via battery power for several surgery cycles. The Request for Quotation (RFQ) number is N0025917Q0089. This COMBINED SYNOPSIS/SOLICITATION document incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The North American Industry Classification System (NAICS) code is 339113 and the Small Business Size Standard is 750. This is a small business set-aside solicitation. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside determination. Naval Medical Center San Diego (NMCSD) requests responses from qualified sources capable of providing five (5) Ophthalmic Surgical Tables that meet the above-specified requirements. NMCSD is requesting quotes for tables in both standard width (24"-26") and wide width (28"-30") capacities. Quotes must include the following Optional Accessories: (1) Adjustable Wrist Rest with Mount, (2) Stainless Steel IV Pole with Hooks, (3) Oxygen Cylinder Holder, (4) Spare Battery, (5) Safety Side Rails and (6) Flexible Drape Support Rod with Oxygen. Delivery Location is 34800 Bob Wilson Drive San Diego, CA 92134. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR and DFARS provisions and clauses are applicable to this procurement and shall be incorporated by reference: 52.204-7 Data Universal Numbering System Number 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation-commercial items The following Factors to be used to evaluate offers: TECHNICAL FACTOR 1: Technical Capability: The contractor's ability to meet the Government's salient characteristics as stated above. TECHNICAL FACTOR 2: Delivery Schedule: Delivery Schedule is defined as the lead time necessary to receive the product by the delivery date requested. FACTOR 3: Cost: The government will conduct a price evaluation of all technically acceptable offers. Technical Factor 1 - Technical Capability, is more important than Technical Factor 2 - Delivery Schedule. The Technical Factors when combined are significantly more important than Factor 3 - Cost. Contractors who do not meet the first two factors will not undergo a price evaluation. The Government will only consider FFP quotations. 52.212-3 Offeror Representations and Certifications-Commercial Items Contractors are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 103107 52.219-4 Notice of Price Evaluation Preference for HubZone Small business Concerns 52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L. 108-77, 108-78 (19 U.S.C. 3805 note)) 52.219-28 Post Award Small Business Program Representation 52-222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222.50 Human Trafficking 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 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification 52.232-18 Availability of Funds 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.243-1 Changes-fixed Price 52.247-34 F.O.B Destination 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7994 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representations 252-203-7995 (Dev)Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204.7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.225-7001 Buy American And Balance Of Payments Program-- Basic 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7036 Buy American - Free Trade Agreements 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation by Sea 252.246-7008 Sources of Electronic Parts The following FAR and DFARS provisions and clauses are applicable to this procurement and shall be in Full Text with Fill Ins: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/VFFARa.htm (End of provision) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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): FAR Clauses: http://farsite.hill.af.mil/VFFARa.htm DFAR Clauses: http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 52.252-5 Authorized Deviations in Provisions (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 Authorized Deviations in Clauses (APR 1984) (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 DFARS (48 CFR Chapter2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.232-7006 Wide Area Workflow Payment Instructions (a) Definitions. As used in this clause- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2 in 1 Combination (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Destination/Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* --------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF --------------------------------------------------------- Pay Official DoDAAC HQ0248 Issue By DoDAAC N00259 Admin DoDAAC N00259 Inspect By DoDAAC N/A Ship To Code N00259 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N00259 DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A --------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. mitchell.b.matute.mil@mail.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. usn.detrick.navmedlogcomftdmd.list.nmlc-wawf@mail.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) This announcement will close at 06:00 am PST on 28 Mar 2017. Contact: Robert Salomon who can be reached at robert.m.salomon2.civ@mail.mil. Oral/Phone communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Offerors must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), Free on Board (FOB) point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the Offeror to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** Contracting Office Address: Building 1 34800 Bob Wilson Drive San Diego, California 92134-5000 United States Place of Performance: 34800 Bob Wilson Drive San Diego, California 92134 United States Primary Point of Contact: Robert M. Salomon, Contract Specialist robert.m.salomon2.civ@mail.mil Phone: 6195328108
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0089/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, Building 1, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN04413700-W 20170226/170224234138-77038fad73cd2c9b7faca2b4912dca05 (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.