Federal Bid

Last Updated on 10 Jul 2019 at 11 PM
Combined Synopsis/Solicitation
Camp pendleton California

FETAL FIBRONECTIN SUPPLIES

Solicitation ID N68094-14-T-0084
Posted Date 29 Sep 2014 at 6 PM
Archive Date 10 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Camp pendleton California United states
Combined Synopsis/Solicitation
Solicitation Number: N68094-14-T-0084
Purchase Description: FETAL FIBRONECTIN SUPPLIES

This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This notice/announcement provides intent to award a "Sole Source" procurement.


The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, reference solicitation number N68094-14-T-0084, as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is , "325413", with a small business standard of "750".

The Government intends to award a Commercial Firm Fixed-Price Sole Source Award to contractor "HOLOGIC." The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76 effective July 25, 2014 and Defense Federal Acquisition Regulation Supplement DPN 20140828 effective August 28, 2014. The Sole Source Justification is attached.

DESCRIPTION: Describe ALL items below or attach an item list to include a description of item, quantities, and unit of issue.

CLIN 0001: RAPID FFN CASSETTE KIT

Quantity: Unit of Issue Unit Price Extended Price
6 KT tiny_mce_marker________ tiny_mce_marker__________

Delivery Schedule:
3 KT 01OCT14
3 KT 01MAR15

MANUFACTURER:
PRODUCT# P/N 01200

CLIN 0002:

Quantity: Unit of Issue Unit Price Extended Price
1 KT tiny_mce_marker________ tiny_mce_marker__________

Delivery Schedule:
1 KT 01OCT14

MANUFACTURER:
PRODUCT# P/N 01166

CLIN 0003: SPECIMEN COLLECTION KIT

Quantity: Unit of Issue Unit Price Extended Price
5 KT tiny_mce_marker________ tiny_mce_marker__________

Delivery Schedule:
5 KT 01OCT14

MANUFACTURER:
PRODUCT# P/N 71738-001


CLIN 0004: PRINTER LABELS

Quantity: Unit of Issue Unit Price Extended Price
1 EA tiny_mce_marker________ tiny_mce_marker__________

Delivery Schedule:
1 EA 01OCT14

MANUFACTURER:
PRODUCT# P/N 52660-001

 

CLIN 0005: APTIMA COMBO2 URINE SPEC COLL (50/PK

Quantity: Unit of Issue Unit Price Extended Price
60 KT tiny_mce_marker________ tiny_mce_marker__________

Delivery Schedule:
20KT 01OCT14
20 KT 01FEB15
20 KT 01JUN15

MANUFACTURER:
PRODUCT# P/N 301040


CLIN 0006: APTIMA COMBO2 SWAB SPEC COLL (50/PK)

Quantity: Unit of Issue Unit Price Extended Price
170 KT tiny_mce_marker________ tiny_mce_marker__________

Delivery Schedule:
30 KT 01OCT14
20 KT 01DEC14
30 KT 01FEB15
20 KT 01APR15
30 KT 01JUN15
20 KT 01AUG15
20 KT 01SEP15

MANUFACTURER:
PRODUCT# P/N 301041


CLIN 0007: SHIPPING CHARGES

Quantity: Unit of Issue Unit Price Extended Price
1 EA tiny_mce_marker________ tiny_mce_marker__________

 

 

Place of Delivery:
NAVAL HOSPITAL CAMP PENDLETON
RECEIVING
BLDG H-135
CAMP PENDLETON CA 92055-5191

Responses/quotes MUST be received no later than September 30, 2014; 12:01 PM (Pacific Daylight Time). Forward responses by e-mail to [email protected] or fax to 760-725-1485. Due to technical issues, please allow additional time if you're using electronic means. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/

APPLICABLE FAR CLAUSES:?
FAR 52.212-1 (Instructions to Offerors - Commercial Items) (Apr 2014):
FAR 52.212-2: Evaluation - Commercial Items (Jan 1999): Award will
be made to the responsible contractor whose offer represents the lowest priced technically acceptable offer using the following evaluation criteria:
(a) Technical Capability: Meets Brand Name Government requirement/specifications as identified within each CLIN. For supplies and
equipment the Government will consider offers/quotes only from "authorized resellers/distributors" of the offered manufacturers.
(b) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate
price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the
reasonableness of the offered prices.
(c) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to
the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a
record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or
unfavorably on past performance.

Past Performance Evaluation Ratings
Rating Description
Acceptable Based on the offeror's performance record, the
Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown.
Unacceptable Based on the offeror's performance record, the
Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.
Technical and past performance, when combined, are approximately equal to cost or price.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(1) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and
Certifications - Commercial Items) (May 2014) or indication that offeror representations and certifications are in
System for Award Management (SAM).
(4) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (May 2014)
(5) 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items
(DEVIATION 2013-O0019) (Jan 2014)

OTHER CLAUSES, TERMS, AND CONDITIONS:

INVOICING INSTRUCTIONS:
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause--

"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.

"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).

"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

(c) WAWF access. To access WAWF, the Contractor shall--

(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.

(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

INVOICE AND RECEIVING REPORT COMBO
-----------------------------------------------------------------------

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.

DESTINATION / DESTINATION
-----------------------------------------------------------------------

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC HQ0248
Issue By DoDAAC N68094
Admin DoDAAC N68094
Inspect By DoDAAC N/A
Ship To Code N68094
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) N/A
Service Acceptor (DoDAAC) N/A
Accept at Other DoDAAC N/A
LPO DoDAAC N68094
DCAA Auditor DoDAAC N/A
Other DoDAAC(s) N/A

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.

WAWF Acceptor/COR Email Address: [email protected]
-----------------------------------------------------------------------

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.

[email protected]
-----------------------------------------------------------------------

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

(End of clause)

 

ALLEN L. POWERS
Contracting Officer

 

Bid Protests Not Available

Similar Past Bids

Center Kentucky 23 Aug 2016 at 12 PM
Location Unknown 23 Apr 2018 at 5 PM
Location Unknown 15 May 2017 at 4 PM
Leonard Missouri 12 Jul 2016 at 1 PM
Fort hood Texas 14 Jun 2007 at 4 AM