It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; http://acquisition.gov/FAR Medtronic Inc (NAICS) Code for this acquisition is 339113; Size: 500 Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items.
CLIN 0001 Endovascular Graft procedure 16MM X 82MM
QTY: 1 Unit of Issue: EA Price: _____________
CLIN 0002 Endovascular Graft procedure 16MM X 13MM X 93MM
QTY: 1 Unit of Issue: EA Price: _____________
CLIN 0003 Endovascular Graft procedure 16MM X 13MM X 124MM
QTY: 1 Unit of Issue: EA Price: _____________
CLIN 0004 Endovascular Graft procedure 16MM X 13MM X 156MM
QTY: 1 Unit of Issue: EA Price: _____________
CLIN 0005 Endovascular Graft procedure 13MM X 13MM X 82MM
QTY: 1 Unit of Issue: EA Price: _____________
CLIN 0006 Endovascular Graft procedure 28MM X 28MM X 49MM
QTY: 1 Unit of Issue: EA Price: _____________
CLIN 0007 Endovascular Graft procedure 28MM X 13MM X 145MM
QTY: 1 Unit of Issue: EA Price: _____________
CLIN 0008 Endovascular Graft procedure 28MM 13MM X 166MM QTY: 1 Unit of Issue: EA Price: _____________
CLIN 0009 Endovascular Graft Procedural Supplies 12 X 28 SHEATH QTY: 1 Unit of Issue: EA Price: _____________
CLIN 0010 Endovascular Graft Procedural Supplies 14 X 28 SHEATH
QTY: 1 Unit of Issue: EA Price: _____________
CLIN 0011 Shipping QTY: 1 Unit of Issue: LT Price: _____________
The following FAR/DFARS provisions and clauses are applicable to this procurement:
52.204-7 Central Contractor Registration (DEC 2012)
52.204-13 Central Contractor Registration Maintenance (DEC 2012)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010)
52.209-6 Protecting the Government's Interest When subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010)
52.212-1 Instruction to Offerors-Commercial Item (APR 2008)
52.212-2 Evaluation Commercial Items (JAN 1999)
52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008)
52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010)
52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).
52.222-3 Convict Labor (JUN 2007)
52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-26 Equal Opportunity (MAR 2002)
52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513)
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.252-2 Clauses Incorporated By Reference (FEB 1998)
252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O0010) (FEB2015)
252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015)
252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013)
252.211-7003 Item Unique Identification and Valuation (DEC 2013)
252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009)
252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003)
252.232-7003 Electronic Submission of Payment Requests (MAR 2007)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
RAPID GATE: NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011)
The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the fair and reasonable to the Government, price and other factors considered.
The following factors are to be used to evaluate offers: 1.) Technical Capability 2.) Delivery and 3.) Price. Technical Capability & Delivery are more important than price.
The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the System Award Management (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Email your quote to Jojie Urrete on or before 10:00 AM PST on March 14, 2015. Email: [email protected].