SOLICITATION NOTICE
65 -- Whole Fresh Human Cadavers
- Notice Date
- 7/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- Contracting Office
- Department of the Army, U.S. Army Medical Command, REGIONAL HEALTH CONTR OFC PACIFIC, ATTN: MCAA PC, BLDG 339 CLARK ROAD, FORT SHAFTER, Hawaii, 96858-5098, United States
- ZIP Code
- 96858-5098
- Solicitation Number
- W81K0218Q0153
- Point of Contact
- Walter J Bischoff, Phone: 3604860707
- E-Mail Address
-
Walter.j.Bischoff.civ@mail.mil
(Walter.j.Bischoff.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is solicitation, no. W81K0218Q0153; Purchase Request; 0011200318, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 541714; Size Standard for small business is 1000 employees. RFQ is being issued as UNRESTRICTED. This requirement is for (08) Fresh Whole Human Body Cadavers to be used at Madigan Army Medical Center, Department Of Surgery; Simulation Center, in part as training and certification Course for Surgical Residents. Classes will be held from 27 - 30 August 2018. The proposed purchase order is a one-time procurement for LINE ITEMS 0001 through LINE ITEM 0005. All responsible Contractors shall provide an offer for the following Brand Name or Equal Products: LINE ITEM 0001: Fresh Whole Human Cadavers & Service Fee EACH: 00008 LINE ITEM 0002: Cremation Processing Fee EACH: 00008 LINE ITEM 0003: Shipping and Handling EACH: 00008 LINE ITEM 0004: Ready to Use tissue Prep Fee EACH: 00001 LINE ITEM 0005: Combination Shipping Unit EACH: 00008 Salient Characteristics/Minimum Characteristics Human Cadavers 1. Contractor shall provide fresh frozen cadavers or tissue components to facilitate training for surgical and operational readiness. 2. HIV and HEP C serology results will be performed and completed with results provided to the Course Director prior to the course. 3. Contractor shall ensure delivery of the cadavers/tissue at least 24 hours prior to the course date ensuring appropriate tissue preparation for requested course. 4. Madigan shall provide a dedicated Coordination Officer/ designee who will be responsible for the security and course/training, appropriate utilization of the cadavers/tissue. Coordination Officer/ designee will maintain responsibility of the cadavers until released back to the Contractor. 6. Madigan shall provide an appropriate, secured, and temperature controlled storage location for the cadavers/tissue. Storage will be at the Madigan Morgue. 7. Madigan shall provide all surgical instruments, medical supplies, personal protective equipment, autopsy room and course material. 8. Contractor shall provide appropriate bags and containers and coordinate return shipping. 9. Contractor shall resume responsibility and final disposition of the cadavers once released from Madigan. 10. MAMC will provide vendor a Tissue Request form in advance indicating the cadaver requirements (full body, head and shoulder attached, male/ female, age etc.) Delivery shall be FOB Destination to Madigan Army Medical Center, Tacoma WA. Pricing quote shall include all applicable freight and fees. This RFQ will not require an escort at any time, to accompany the Human Remains either to the contracted location; Madigan nor a return to the contractor's site for cremation. The Shipping containers will be clearly identified as "Human Remains" with proper Ship To: information and Madigan POC for immediate transfer from the receiving warehouse to the refrigerated holding facility (Madigan Morgue). EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, Lowest price. The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation. Technical Factors are more important than Price. Price must be determined to be fair and reasonable. The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.232-33 Payment by Electronic Funds, 52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Re-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, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials, 242.203-7002 Requirements to inform employees of whistleblower rights, 252.204-7003 Control of Government personnel work product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation),252.204 7015 Disclosure of Information to Litigation support contractors, 252.211-7003 Item Unique Identification and Valuation, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program, 252.225-7048 Export Controlled Items, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea, 252.244-7000 Subcontracts for Commercial Items and Commercial Components. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.hill.af.mil. All vendors will be required to submit invoicing through the Wide Area Work Flow Suite electronic invoicing system, known as IRAPT (formerly WAWF). Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. **Offers are due by 28 July 2018 @ 12:00 Noon, Pacific Standard Time. Submit signed and dated offers via fax to Walter Bischoff at (360) 360-0787 or email: walter.j.bischoff.civ@mail.mil. **Note: RFQ Offers must contain, the Solicitation Number, Contractor's Representative Name & signature with the date in order to be accepted for consideration. Contracting Office: Regional Health Contracting Office-Pacific Joint Base Lewis-McChord (JBLM), Health Contracting Cell, 673 Woodland Square Loop SE, Suite 101 Lacey WA 98503 Place of Delivery: Madigan Army Medical Center Bldg. 9040 Fitzsimmons Drive Tacoma WA 98433-5000 If there are any questions, please present your questions to; Walter J. Bischoff; Only by Email prior to the closing date of this solicitation: walter.j.bischoff.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/W81K0218Q0153/listing.html)
- Place of Performance
- Address: 9040 FITZSIMMONS DRIVE, TACOMA, Washington, 98431, United States
- Zip Code: 98431
- Zip Code: 98431
- Record
- SN04990727-W 20180715/180713230711-11004f3188ab0741aa74eaa7f3503f34 (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 |