Federal Bid

Last Updated on 19 Aug 2017 at 8 AM
Combined Synopsis/Solicitation
Wilson New york

ENDOSCOPIC VEIN HARVESTING

Solicitation ID N0025917Q0131
Posted Date 14 Jul 2017 at 7 PM
Archive Date 19 Aug 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Wilson New york United states 34800
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is N0025917Q0131. It is issued as a Request for Quotation (RFQ). This acquisition is set aside as total small business. The North American Industry Classification System (NAICS) Code for this acquisition is 334510. The size standard is 1250. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far and www.acq.osd.mil. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95.

NMCSD requires the following brand name item as identified. Vendors quotes shall include documentation and literature specifying performance parameters of the product being offered to include; manufacturer name, part number, and specifications.

The contractor shall provide the following:

CLIN 0001: Maquet 7MM Extended Length Endoscope; Item ID: VH-1111 Quantity: 3 Each; Price
Date Material Required: on or before 15 August, 2017

CLIN 0002: Maquet- Sterillization Tray, 5MM Ext. Length Endoscope; Item ID: 7325 Quantity: 3 Each; Price Date Material Required: on or before 15 August, 2017

CLIN 0003: Maquet-VasoView Hemopro; Item ID: VH-3000 Quantity: 4 Each; Price
Date Material Required: on or before 15 August, 2017

CLIN 0004: Maquet-Tw Power Supply, Us; Item ID: VH-3010 Quantity: 1 Each; Price
Date Material Required: on or before 15 August, 2017

CLIN 0005: Maquet-Dc Extension Cable; Item ID: VH-3030 Quantity: 5 Each; Price
Date Material Required: on or before 15 August, 2017


Delivery Address:

34800Bob Wilson Drive
San Diego, CA 92134-5000

This acquisition incorporates the following FAR clauses:

52.212-1 Instruction to Offerors-Commercial Item (OCT 2015)

Submission of Offer: Submit dated quotation to the following email address: Contract Specialist [email protected] at or before the exact time specified in this solicitation. Quotations must be submitted on the letterhead stationery. As a minimum, quotations must show:

1.) The solicitation number;
2.) The time specified in the solicitation for receipt of quotations;
3.) The name, address, and telephone number of the quoter;
4.) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation.
5.) Price and any discount terms;
6.) "Remit to" address, if different than mailing address;

Proposals are limited to 12 pages which includes price quote for the requested items. All proposals will be evaluated only on the basis established in this solicitation. Offeror shall submit the required technical evaluation factors with technical capability, delivery, and price as requested. Include unit price details/extended price details for each item.

The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

Quotes must be good for 45 calendar days after close of RFQ.

52.212-2 Evaluation - Commercial Items (OCT 2014)

The following factors to be used to evaluate offers:

FACTOR 1: Technical Capability - the contractor's ability to meet the Government's salient characteristics as stated above.

FACTOR 2: Delivery Schedule and Shipping Terms: Delivery Schedule is defined as the lead time necessary to receive the product by the delivery date requested and Shipping Terms is defined as the ability to provide the shipping terms requested. Shipping costs should be included as part of unit cost for each CLIN.

FACTOR 3: Price - The Government shall conduct a price evaluation of all technical acceptable price offers.

Technical capability and delivery, when combined, are more important than price.

52.204-7 System for Award Management (JUL 2013)
52.204-13 System for Award Management Maintenance (JUL 2013)
52.204-16 - Commercial and Government Entity Code Reporting (JUL 2016)
52.204-18 - Commercial and Government Entity Code Maintenance (JUL 2016)
52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)
52.211-17 Delivery of Excess Quantities (SEP 1989)
52.212-1 Instruction to Offerors-Commercial Item (OCT 2015)
52.212-2 Evaluation - Commercial Items (JAN 1999)
52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013)
52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2013)
52.219-6 Notice of Total Small Business Set Aside (NOV 2011)
52.219-28 Post Award Small Business Program Representation (APR 2012)
52.222-3 Convict Labor (JUN 2007)
52.222-19 Child Labor -Cooperation with Authorities and Remedies (MAR 2012)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (MAR 2007)
52.222-35 Equal Opportunity for Veterans (OCT 2015)
52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)
52.222-37 Employment Reports on Veterans (FEB 2016)
52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013)
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and certifications (OCT 2015)
52.232-18 Availability of Funds (APR 1984)
52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013)
52.232-40 Providing Accelerated Payments to Small Business (Nov 1991)
52.247-34 F.O.B Destination (Sep 2011)
52.252-2 Clauses Incorporated By Reference (FEB 1998)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011)
252.203-7002 Requirement of Inform Employees of Whistleblower Rights (SEP 2013)
252.203-7005 Representation Relating to Compensation of Former DoD Officials ( NOV 2011)
252.204-7003 Control of Government Personnel Work Product ( Apr 1992)
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (DEV) (OCT 2015)
252.204-7011 Alternative Line Item Structure (SEP 2011)
252.204-7012 Safeguarding of Unclassified Controlled Technical Information (DEV) (OCT 2015)
252.204-7015 Notice of Authorized Disclosure of Information of Litigation (May 2016)
252.225-7001 Buy American and Balance of Payments Program (JUN 2012)
252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012)
225.225-7036 Buy American-Free Trade Agreement-Balance of Payments Program-Basic (DEC 2016)
252.225-7048 Export Controlled Items (JUN 2013)
252.232-7003 Electronic Submission of Payment Requests (MAR 2008)
252.232-7010 Levies on Contract Payments DEC 2006
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.247-7023 Transportation of Supplies by Sea (APR 2014)

AVAILABILITY OF FISCAL YEAR 2017 FUNDS.
THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2017 APPROPRIATION ACT.
THIS ORDER IS ISSUED SUBJECT TO THE 2017 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2016 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. THE CLAUSE 52.232-18 REFERENCED HEREIN APPLIES TO THIS CONTRACT.

Quotations will be evaluated based on technical capability, delivery, and price. Technical capability and delivery when combined are more important than price. The Government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2013). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering Systems (DUNS) number provided by Dunn and Bradstreet is required to register. The website address for SAM registration is https://sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to [email protected]. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 28 July 2017, 7:00 AM PST.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 18 Jun 2013 at 2 PM
Location Unknown 21 Dec 2011 at 4 PM
Atlanta Georgia 17 Mar 2015 at 7 PM
San diego California 20 Jun 2006 at 4 AM
Location Unknown 20 Sep 2012 at 2 PM