SOLICITATION NOTICE
65 -- AmniSure Test Kit
- Notice Date
- 9/18/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
- ZIP Code
- 20889
- Solicitation Number
- W91YTZ18Q0280
- Archive Date
- 10/6/2018
- Point of Contact
- Johnnie Huffin, Phone: 7067877944, Gloria Brogsdale, Phone: 7067877696
- E-Mail Address
-
johnnie.huffin.civ@mail.mil, Gloria.f.brogsdale.civ@mail.mil
(johnnie.huffin.civ@mail.mil, Gloria.f.brogsdale.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This acquisition is issued on an 100 percent Small Business Set-Aside basis under NAICS CODE: 339113 and Size Standard is 750. The Government anticipates awarding a single Firm Fixed Price award. The requirement of this request for quote is to provide a one-time buy for an AmniSure Test Kit for Winn Army Community Hospital, Fort Stewart, GA. All responsible sources may submit a quotation which shall be considered by the agency. Quotes are due by 21 September 2018 at 12:00 pm EST. Questions must be submitted via email no later than 20 September 2018. Quotes and questions shall be submitted via email to johnnie.huffin.civ@mail.mil. This is a BRAND NAME OR EQUAL requirement. The Brand Name is AmniSure. If submitting an "or equal" quote, the offer must comply with the Addendum to FAR 52.212-1 and FAR 52.211-6, Brand Name or Equal. CLIN 0001 FMRT-1-25-US AmniSure Kit (25/KT) (16 ea) 0002 ASQC-010 AmniSure Control Kit (1 KT) (16 ea) Delivery Address Winn Army Community Hospital 1061 Harmon Avenue Fort Stewart GA 31314 The following provisions in their latest edition apply to this request for quote FAR Clauses and provisions can be viewed at https://farsite.hil.af.mil. REQUEST FOR QUOTE PROVISIONS 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2017) Addendum to 52.212-1 Para (b) Submission of Offers: The following supplements this paragraph with respect to the information and documents required for submission in response to this request for quote. All responsible offerors must submit: - Technical Description of items being offered (see note) - CLIN/ITEM Number Pricing (filled out) - Company's Dunn and Bradstreet number (DUNS) - CAGE code - Delivery Time - Company Contact Information, for evaluation purposes. - Fill out and return 52.212-3 Alt I (Registration in SAM can be substituted for FAR 52.212- 3 Alt I. The information in SAM must be current and complete before an award can be made. Contractor shall not have any Active Exclusion Record in SAM. NOTE: If providing an "equal" item(s), comply with FAR Provision 52.211-6, Brand Name or Equal. Explain in detail how the proposed items will meet the salient characteristics of the items as specified in the request for quote. Offerors shall demonstrate that the product proposed complies with the technical requirements described in the salient characteristics via the submission of a written capability statement, product literature, or other materials, with their offer. Offerors shall cross-reference their product to its "equal" in the request for quote via the use of part numbers or another methodology that clearly identifies what the submitted product is "equal" to. Offerors shall ensure their proposed quantities result in the same number of items required, as identified in the request for quote. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this request for quote either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. (n) The Government requires this item for the Winn Army Community Hospital. The Government does not pay sales tax. (o) All request for quotes (RFQ) shall be submitted via email by the close date listed on page one. (p) Protests received at a level higher than the Contracting Officer will be referred to the Contracting Officer. Protestor may request a review by the Contracting Officer or an independent review at a level higher than the Contracting Officer. Requests for appeals or independent review will be addressed to the Contracting Officer for referral to the review authority. Questions on this process will be referred to the cognizant Contracting Officer identified in the solicitation. (q) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. 52.204-16 - COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.211-6 -- BRAND NAME OR EQUAL (AUG 1999) 52.214-34 -SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN- CERTIFICATION (OCT 2015) 52.209-2 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATIONS (NOV 2015) 52.209-11 - REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.252-1 -- REQUEST FOR QUOTE PROVISIONS INCORPORATED BY REFERENCE EB 1998); http://farsite.hill.af.mil/ 52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) ("DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7011 -- ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) 252.225-7000 - BUY AMERICAN - BALANCE OF PAYMENTS PROGRAM CERTIFICATE - BASIC (NOV 2014) (End of Addendum to 52.212-1) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) Addendum to 52.212-2 Paragraph (a) is hereby replaced with the following: The Government will award a contract resulting from this request for quote to the responsible offeror whose offer conforming to the request for quote will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical - Meet salient characteristics Price Award may be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. In accordance with Brand Name or Equal, FAR 52.211-6. AmniSure Test Kit to be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified below and in this request for quote. Salient Characteristics: AmniSure, for the detection of PAMG-1 in the amniotic fluid found in vaginal. ASQC-010, Positive and negative controls, for the positive and negative controls of PAMG-1. i. Clearly identify the item by- 1. Brand name, if any; and 2. Make or model number ii. Include descriptive literature such as illustrations, drawings, or a clear reference to previous furnished descriptive data or information available to the Contracting Officer; and clearly describe any modification the offeror plans to make in a product to make it conform to the request for quote requirements. Mark any descriptive material to clearly show the modification. iii. Product Quality: Provide evidence for the quality of product. iv. Warranty for product detailing length of service coverage, parts covered must be included. Price will be evaluated for fair and reasonableness based on price history for the same or similar items and or a comparison of quotes received from this request for quote. (End of Addendum to 52.212-2) 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (JAN 2017) ALTERNATE I (OCT 2014) CONTRACT CLAUSES 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (JAN 2017) Addendum to 52.212-4 (v) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ https://acquisition.gov/far/index.html 52.204-21 - BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.219-4 -- NOTICE OF PRICE EVALUATION PERFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.222-19 -- CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-3 - HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) 52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 -- PROTEST AFTER AWARD (AUG 1996) 52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.237-2 -- PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013)252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.225-7036 - BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM (AUG 2016) 252.225-7001 - BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM (AUG 2016) 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (DEC 2014) 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) (NAICS: 339113) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) http://farsite.hill.af.mil and https://acquistion.gov/far/index.html 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) ("DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (OCT 2016) 252.204-7015 - DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003 -- ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.244-7000 -- SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 - TRANSPORTATION OF SUPPLIES BY SEA - BASIC (APR 2014) 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (OCT 2016) (DEVIATION 2013-O0019) (End of Addendum to 52.212-4) iRAPT Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) -formerly known as WAWF iRAPT is the authorized method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor shall (i) register to use iRAPT at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the System for Award Management at https://www.sam.gov within ten (10) calendar days after award of this contract/order. iRAPT Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) location listed in Block 18a of your purchase order/contract. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of iRAPT documents. Foreign Vendors will submit banking information in the Comments Tab of the iRAPT invoice. TYPE OF DOCUMENT Invoice (Contractor Only) X Invoice and Receiving Report (COMBO) Invoice as 2-in-1 (Services Only) Receiving Report (Government Only) CAGE CODE: ISSUE BY DODAAC: W91YTZ ADMIN BY DODAAC: W91YTZ INSPECT BY DODAAC: W33XMA ACCEPT BY DODAAC: W33XMA SHIP TO DODAAC: W33XMA PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: (Use Group e-mail accounts if applicable) INSPECTOR Primary: sarah.e.romero2.mil@us.army.mil Alternate: ACCEPTOR Primary: sarah.e.romero2.mil@us.army.mil Alternate: RECEIVING OFFICE POC: Primary: sarah.e.romero2.mil@us.army.mil Alternate: CONTRACT ADMINISTRATOR/ SPECIALIST: Johnnie Huffin, johnnie.huffin.civ@mail.mil, DSN: 773 Comm: (706)787-7944 - Fax: CONTRACTING OFFICER: Gloria Brogsdale, Contracting Officer,(706)7877696,gloria.f.brogsdale.civ@mail.mil. ADDITIONAL CONTACT: Gordon Health Contracting Cell 43 Central Hospital Court, Bldg 332 Fort Gordon, GA 30905 Any modification requests must be in writing and submitted to: ADMIN DODAAC. TOBACCO FREE MEDICAL CAMPUS (TFMC) In accordance with Army Regulation 600-63, paragraph 7-3, 14 April 2015; Operations Order 15-48 (Army Medical Command (MEDCOM) Tobacco Free Living - USAMEDCOM), 8 May 2015; and any Operations Order, regulation or other instruction implementing, defining or otherwise addressing the Tobacco Free Medical Campus (TFMC) on any military installation or DoD-controlled location, Contractor personnel are prohibited from using any tobacco product on or within any TFMC while performing under this contract. TFMCs are established at each installation or DoD-controlled location and include: (1) any property or non- residential building that is operated, maintained or assigned to support medical activities, including but not limited to, hospitals, medical laboratories, outpatient clinics (including medical, dental, and veterinary facilities), or aid stations operating for the primary purpose of delivering medical care and services for DOD eligible beneficiaries and /or meeting the mission of the Army Medical Command; (2) all other facilities in which medical activities or administration take place, to include HQ MEDCOM and Defense Health Headquarters; (3) all internal roadways, sidewalks and parking lots; and (4) all sidewalks, parking lots and grounds external but adjacent to the building or related to the migratory corridors surrounding the medical facility. The Contractor shall obtain from the COR any orders, regulations, instructions or other documents implementing, defining or otherwise addressing the TFMC for any given installation or DoD- controlled location where Contractor personnel may perform under this contract and shall instruct Contractor personnel on the TFMC limitations for installations or DoD-controlled locations where they may perform under this contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ18Q0280/listing.html)
- Place of Performance
- Address: Winn Army Community Hospital, Fort Stewart, Georgia, 31314, United States
- Zip Code: 31314
- Zip Code: 31314
- Record
- SN05093777-W 20180920/180918230859-fb9392c9ff0637f9ac96903680907ef5 (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 |