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 the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number is N0025917Q0109. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The North American Industry Classification System (NAICS) Code for this acquisition is 339112. The size standard is 1000. 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.
The Naval Medical Center San Diego (NMCSD) requests responses from qualified sources capable of providing the following items that must meet the salient characteristics described below:
All gastric laparoscopic bands must have the following:
• Must be able to be utilized through laparoscopic surgery
• Must be adjustable to suit the anatomical size of the stomach
• Must be designed for long-term use, but be able to be removed or adjusted in case of complication
• Must be FDA approved
CLIN Description
0001: Gastric laparoscopic band system
Quantity: 3 each Unit Price $________ Extended Price $___________
Shipping: Please include shipping in the price of the units.
Delivery Location is 34800 Bob Wilson Drive San Diego, CA 92134. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011)
(a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP).
(b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website:
http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links.
For more information or to enroll in the NCACS Program call: 1.877.727.4342.
For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653
(c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP.
The following FAR provisions and clauses are applicable to this procurement:
52.204-7 Data Universal Numbering System Number
52.204-13 System for Award Management Maintenance
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership of Control of Offeror
52.204-18 Commercial and Government Entity Code Maintenance
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1 Instructions to Offerors - Commercial Items
52.212-2 Evaluation-commercial items
The following factors to be used to evaluate offers:
FACTOR 1: Delivery Schedule; is defined as the lead time necessary to receive the product.
FACTOR 2: Technical Capability; defined as the ability of the products to meet the salient characteristics needed.
FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules.
Delivery requirements and technical capability, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation.
The Government will only consider FFP quotations.
52.212-3 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 (MAR 2016)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014)
52.219-28 Post Award Small Business Program Representation
52-222-3 Convict Labor
52.222-19 Child Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222.50 Human trafficking
52.223-18 Contractor Policy to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and
52.232-18 Availability of Funds
52.232-40 Providing Accelerated Payments to Small business Subcontractors
52.247-34 F.O.B Destination
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
Contractors are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204.7011 Alternative Line Item Structure
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program-- Basic
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation by Sea
This announcement will close at 07:00am PST on 16 May 2017. Contact: Jaime Flores at [email protected]. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
Offerors must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the Offeror to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********