Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2019 FBO #6495
MODIFICATION

66 -- Environmental/gas flow analyzers

Notice Date
9/5/2019
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N6264519R0088
 
Archive Date
9/27/2019
 
Point of Contact
Jan T Harding, Phone: 3016190177
 
E-Mail Address
jan.t.harding.civ@mail.mil
(jan.t.harding.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N6264519R0088. Proposals are due not later than 1:00 P.M. EST on September 12, 2019. Provisions and clauses in effect through Federal Acquisition Circular 2019-03 are incorporated. NAICS 334516. Small Business size standard is 1,000 employees. Per FAR 4.1101 Offerors are required to be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. The Naval Medical Logistics Command intends to negotiate with vendors to procure two environmental/gas flow analyzers on behalf of the Navy Expeditionary Medical Support Command (NEMSCOM). Any business whose product meets this specification is encouraged to submit a proposal. Regulatory Requirements : The environmental/gas analyzers and all of its components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. The vendor shall ensure that all test equipment and/or calibration standards are traceable and certified in accordance with National Institute of Standards and Technology (NIST). Salient Characteristics: The Naval Medical Logistics Command has a requirement for two (2) Environmental/Gas flow analyzers for NEMSCOM. The gas flow analyzer units shall be for use in testing/measuring the outputs of anesthesia units and oxygen concentration generators. The units shall be able to automatically detect, identify, and measure concentrations of CO2, N2O and anesthetic agents including sevoflurane, isoflurane, desflurane, halothane, and enflurane. The units shall be able to measure gas flow, pressure, temperature, humidity, and oxygen concentration. The units shall be able to measure oxygen concentration within 1% accuracy. The units shall have the ability to display real time measurements and graphical displays. The units shall be able to generate test reports that can be printed. The units shall be portable. The units shall be battery powered with a minimum battery life of 5 hours. The power requirements are 120 V, 60Hz. Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the Best Value, price and other factors considered. The Technical and Past Performance factors, factors 1 and 2 below, combined are significantly more important than Price, and are listed in descending order of importance. However, price may become a critical factor in the event that two or more offerors are determined to be essentially equal following the evaluation of technical and past performance factors. Evaluation of Price will be based on the offeror's total price for all line items as delivered to Williamsburg, VA. •1. Technical Factor - Technical proposals shall include sufficiently detailed information to enable evaluation based on the three (3) elements listed below in order of decreasing priority: Conformance to Essential Characteristics Design, Quality and Capability Cybersecurity Conformance to Essential Characteristics - Evaluation will include the vendor's stated ability to meet the essential characteristics of this requirement. Quotes not meeting all requirements will not be further considered for award unless there are no other technically acceptable offerors. Design Quality and Capability - The Government will evaluate the design, quality and capabilities of the proposed environmental/gas flow analyzers to meet the minimum requirements of their intended function. Conformance to Cybersecurity Requirements - The Government will evaluate the capability of the proposed system to meet Cybersecurity requirements. The evaluation will be based on the information provided in the completed "Blue Section" of the Medical Device Risk Assessment (MDRA) form. •2. Past Performance Factor - The Government will evaluate the offeror's recent relevant past performance record as to (1) the functional performance of the proposed or similar environmental/gas flow analyzers that the offeror has delivered to previous customers, and (2) the quality and timeliness of the technical assistance and hardware and software updates/upgrades that the vendor has supplied to its customers following the initial fielding of those systems. The Government reserves the right to consider other past performance information at its disposal, in addition to any information obtained from the references provided above. The Government is likely to randomly select references provided for contact and does not commit to contact every reference. •3. Price Factor - Offers will be evaluated to ensure reasonableness and completeness. INSTRUCTIONS TO OFFEROR Introduction and Purpose - This section specifies the format and content that offerors shall use in this Request for Proposal (RFP). The intent of the instructions is to ensure a certain degree of uniformity in the format of the responses for evaluation purposes. Offerors shall submit a proposal that is legible and comprehensive enough to provide the basis for a sound evaluation by the Government. Information provided shall be precise, factual, and complete. Legibility, clarity, completeness, and responsiveness are of the utmost importance. Proposals shall be in the form prescribed by, and shall contain a response to, each of the areas identified. Any proposal which does not provide, as a minimum, that which is required in this solicitation may be determined to be substantially incomplete and not warrant any further consideration. A complete proposal, including Technical, Past Performance and Price, shall be submitted by the closing date specified in the solicitation. TECHNICAL PROPOSAL INSTRUCTIONS Offerors shall provide sufficient technical documentation to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements. The completed Medical Device Risk Assessment (MDRA) form shall be included in the proposal. Page limit for technical proposal: 30 pages (MDRA not included page limit) PAST PERFORMANCE PROPOSAL INSTRUCTIONS The offeror shall describe its past performance on three (3) similar contracts it has held within the last three (3) years which are for the same or similar equipment to that which is detailed in this solicitation or affirmatively state the offeror possesses no relevancy directly related to or similar past performance. Offerors who present similar contracts shall provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the solicitation. We reserve the right to contact any references. The offeror shall provide the following information regarding its past performance: 1. Contract number(s), award date and dates of performance. 2. Name, phone number, and e-mail address of a point of contact at the federal, state, local government or commercial entity for which the contract was performed. 3. Dollar value of the contract. 4. Description of the equipment provided under the contract. 5. The number, type and severity of any quality or delivery problems in performing the contract, the corrective action taken and the effectiveness of the corrective action (if applicable). 6. Any other relevant information. Page limit for past performance proposal: 5 pages PRICE PROPOSAL INSTRUCTIONS Offeror shall specify the Total Price. Shipping shall be FOB destination. Offers will be evaluated to ensure reasonableness and completeness. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Page Limit for pricing proposal: 5 pages Other Administrative instructions : The vendor shall provide company details, specifically: Complete company name and physical address: e-mail address: Phone Number: Current and valid Tax Identification Number (TIN): Current and valid CAGE Code: Current and valid DUNS number: Submission of Proposal Only email proposals will be accepted. (Email can be no larger than 5 MB, multiple emails will be accepted) Email proposal as attachment to Jan Harding at jan.t.harding.civ@mail.mil. No paper proposals will be accepted. Proposals are due not later than 1:00 P.M. EST on 12 September 2019. Any questions must be addressed to Jan Harding, by email only, NLT 1200 on 8 September 2019. No phone calls accepted. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions). 52.204-7 System for Award Management 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.233-3, Protest After Award (Aug 1996) (31U.S.C.3553). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C.4704 and 10 U.S.C.2402). 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C.637(a)(14)). 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). 52.222-3, Convict Labor (June 2003) (E.O.11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O.13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O. 13693). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-1 Privacy or Security Safeguards The following DFAR provisions and clauses are applicable to this procurement: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7998 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements- Representation (Deviation 2015-O0010) 252.203-7999 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Info and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.211-7003 Item unique identification and valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts for Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264519R0088/listing.html)
 
Place of Performance
Address: 108 Sanders Ave, Williamsburg, Virginia, 23185, United States
Zip Code: 23185
 
Record
SN05432920-W 20190907/190905231236-95658e63fc108d54defd91ebbc8d7e67 (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.