Combined Synopsis/Solicitation
IAW FAR 12.603
Solicitation Number: FM203081100206
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The Air Force Sustainment Center Operational Division (AFSC/PZIOA) located at Tinker Air Force Base Oklahoma, intends to award a Firm Fixed Price (FFP) for Philips Intellivue MP5 Patient Monitors for the 72nd Medical Group. See the attached Monitor Specifications for further information regarding the commodity required.
This is a Brand Name Only requirement. This requirement is for new equipment only; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. All offerors must be authorized distributors of the equipment.
Classification Data:
NAICS Code - 334510
Classification Code - 6515
SBA Size Standard - 1,250 EMP
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 (https://www.acquisition.gov/?q=far_looseleaf).
TERMS AND CONDITIONS: The terms and conditions are standard for Government and Commercial customers:
•- Standard commercial warranties apply. Reference FAR 52.212-4(o).
•- Payment will not be made until work and materials are accepted by the Government.
Proposal Submission Information:
Proposals are due by Wednesday, 01 Aug 18, 3:00 p.m. (CST).
The following individual is the Point of Contact (POC) for information regarding this solicitation:
Dallas Hoffman, A1C
Contract Specialist
Phone: (405) 739-7711
Clauses 52.212-1 "Instructions to Offerors - Commercial Items" and 52.212-2 "Evaluation - Commercial Items" provide instructions for the submittal of proposals.
Contractor is required to submit: (1) Response Page. Email all required documents to the POC listed under "Proposal Submission Information." Proposals shall be valid for a minimum of 60 calendar days after proposal submission due date.
All offerors shall meet the following requirements to determine contractor to be technically acceptable: The contractor shall take no exceptions to the requirement (see Monitor Specifications) or solicitation.
EVALUATION OF RESPONSES: Award will be conducted and evaluated under the provisions of FAR Part 12 "Acquisition of Commercial Items."
IAW FAR Clause 52.212-3 "Offeror Representations and Certifications - Commercial Items: The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision." By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in SAM shall render contractor ineligible for award.
IAW FAR 52.212-2 "Evaluation Commercial Items", the Government will evaluate quotes in terms of technical acceptability and price. The lowest priced technically acceptable quote that conforms to the Request for Quotes (RFQ) may be selected for award. In order to be technically acceptable and conform to the RFQ, the vendor must propose exactly in accordance with the item description reflected below- no deviations will be accepted:
All offerors shall meet the following requirements to determine contractor responsibility:
(i) Have no negative past performance information that would determine past performance to be unacceptable.
(ii) Meet contractor responsibility requirements IAW FAR 9.104-1.
(iii) Is not debarred, suspended, proposed for debarment, excluded, disqualified or ineligible from receiving Federal contracts.
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.
Additionally, the contractor shall be registered in the System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 with no exceptions prior to receiving award.
Offerors may be determined to be unacceptable and ineligible for award of a contract if any of the above requirements are not met.
Number of Contracts to be Awarded: The Government intends to award to one contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes received, prices submitted, and the availability of funds.
Contract Line Items (CLIN):
Note: All CLINs are Firm Fixed Price (FFP)
Detailed Description of Items:
CLIN # |
Description |
Quantity |
Unit of Issue |
Delivery |
FOB |
0001: |
Philips Intellivue MP5 Patient Dental Monitors |
3 |
EA |
30 days from issue |
Destination |
CLIN 0001: See Monitor Specifications for details on total requirement.
CLAUSES:
Reference Clauses
52.204-7 "System for Award Management"
52.204-13 "System for Award Management Maintenance"
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"
52.219-14 "Limitations on Subcontracting"
52.232-33 "Payment by Electronic Funds Transfer - System for Award Management"
52.232-40 "Providing Accelerated Payments to Small Business Subcontractors."
52.252-1 "Clauses Incorporated by Reference"
252.204-7008 "Compliance With Safeguarding Covered Defense Information Controls"
252.204-7012 "Safeguarding Covered Defense Information and Cyber Incident Reporting"
252.232-7006 "Wide Area Workflow Payment Instructions"
5352.201-9101 "Ombudsman"
5352.223-9001 "Health and Safety on Government Installations"
5352.242-9000 "Contractor Access to Air Force Installations"
ATTACHMENTS:
Document Type Description Pages Date
Attachment 1 Monitor Specifications 1 17 Jul 18
Attachment 2 Brand Nmae Simplified ACQ Justification 1 18 Jul 18