Federal Bid

Last Updated on 15 Feb 2017 at 9 AM
Combined Synopsis/Solicitation
Center Kentucky

LifeCell- Alloderm

Solicitation ID N0025917Q0069
Posted Date 26 Jan 2017 at 10 PM
Archive Date 15 Feb 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office Not Specified
Agency Department Of Defense
Location Center Kentucky United states 34800
This is a COMBINED SOLICITATION/SYNOPSIS for commercial supplies prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial service as described in the schedule below. This contract is intended only for 100% set-aside for Service Disabled Veteran-Owned Small Businesses (SDVOSB).

The proposed contract action is for brand name Lifecell consumables - Please see attached justification.

This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N0025917Q0069 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95.

It is the contractor's responsibility to be familiar with the applicable clauses and provisions referenced herein. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The North American Industry Classification System (NAICS) Code for this acquisition is 339112.

DELIVERY ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Dr, San Diego, CA 92134-5000.

The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose conforming response is determined to provide the best value to the Government, price and non-price factors considered.

The following factors shall be used to evaluate offers.

FACTOR 1: Technical Capability: Must provide LifeCell brand consumables for continuity of patient care.

FACTOR 2: Delivery requirements: Supplies must be delivered on or before 02 February 2017:

FACTOR 3: Price: The government shall conduct a price evaluation of all technically acceptable offers.

Delivery requirements and past performance, 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.

Description of supplies:

The products MUST be the brand LifeCell.

CLIN 0001: LifeCell Alloderm Regenerative Tissue Matrix; 9.6x19.3 cm and 132 square centimeters, medium, ready to use, Quantity: 4; Unit of Issue: Each; Price:__________; Ext Price:___________

CLIN 0002: LifeCell Alloderm Reconstructive Tissue Matrix; 7.3x14.7 cm and 77 square centimeters, small, ready to use, Quantity: 4; Unit of Issue: Each; Price:__________; Ext 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 (APR 2012). 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 System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov.
Electronic submission of Quotes: Quotations shall be submitted electronically by email to [email protected], Attention: Tiffanie Sutgrey. Quotations must clearly indicate company's name, address, phone number, cage code and/or DUNS. Email submissions are limited to 5MB. The submitter should confirm receipt of email submissions.


52.204-7 Central Contractor Registration (Jul 2013)
52.204-13 Central Contractor Registration - Maintenance (Jul 2013)
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.204-18 System for Award Management Maintenance
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability
52.212-1 Instruction to Offerors-Commercial Items (Oct 2015)
52.212-2, Evaluation - Commercial Items (Oct 2014), (evaluation factors shown above)
52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2016)
52.212-4 Contract Terms and Conditions-Commercial Items (May 2015)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive
orders-Commercial Items (Mar 2016)

52.203-6 Restrictions on Subcontracting Sales to the Government (Sept 2006)
52.203-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec
2014)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
(Oct 2013)
52.209-6 Protecting the Government's Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
52.219-28 Post-Award small Business Program Representation.
52.219-27 Notice of Service Disabled Veteran-Owned Small Business Set-Aside.
52.222-3 Convict Labor (Jun 2003)
52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Apr 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-37 Employment Reports on Veterans
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
(Aug 2011)
52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
52.232-33 Payment by Electronic Funds Transfer - System for Award Management
52.233-3 Protest After Award (Aug 1996)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)

52.225-25 Prohibition on Contracting with Entities
52.232-18 Availability of Funds
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.243-1 Changes - Fixed Price
52.252-2 Clauses Incorporated by Reference (feb 1998)
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations in Clauses
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep
2011)
252.203-7005 Representation Relating to Compensation of Former DOD officials
252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal
Confidentiality Agreements.
252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal
Confidentiality Agreements.
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alternate A, System for Award Management
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec
2015)
252.204-7012 (Dev) Covered Defense Information and Cyber Incident Reporting (Dec
2015)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.211-7003 Item Unique Identification and Valuation
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payment Program (Dec 2014)
252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012)
252.225-7036 Buy American - Free Trade Agreements
252.225-7048 Export-Controlled Items (Jun 2013)
252.232-7003 Electronic Submission of Payment Requests and Receiving Report (Jun
2012)
252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (Provides
information and instructions for submitting invoices-will be filled in with WAWF acceptor on Purchase Order)
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items

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.

 

Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 02 Oct 2014 at 3 PM
Center Kentucky 09 Sep 2014 at 4 PM
San diego California 27 Jun 2017 at 8 PM
San diego California 02 May 2017 at 4 PM

Similar Opportunities

Arlington Virginia 09 Jul 2025 at 4 AM
Wright patterson air force base Ohio 13 Jul 2025 at 9 PM