Federal Bid

Last Updated on 15 Oct 2013 at 8 AM
Combined Synopsis/Solicitation
Camp pendleton California

RELOCATION EQUIPMENT/SUPPLIES/TRAINING

Solicitation ID N68094-13-T-0054A
Posted Date 27 Sep 2013 at 12 AM
Archive Date 15 Oct 2013 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: N68094-13-T-0054A
Purchase Description: RELOCATION EQUIPMENT/SUPPLIES/TRAINING


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 solicitation will be posted to the Federal Business Opportunities (FBO) web-site as an "Unrestricted "procurement (no set-aside).

The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, N68094-13-T-0054A, as a Request for Quote (RFQ) or Offers 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 "532412", with a small business standard of "$7.0 million" .

The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-69 effective September 3, 2013 and Defense Federal Acquisition Regulation Supplement DPN 20130909 effective September 9, 2013.

DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.

PROVIDE "ATTACHED DESCRIPTION OF ITEMS/SERVICES" OR:

CLIN 0001: RELOCATION LABORATORY ANALYZER AND VALIDATION STUDIES/SUPPLIES
HEMATOLOGY ANALYZERS (DXH#1 OF 2 AND DXH#2 OF 2)
COAGULATION ANALYZERS (ACL ELITE# 1 OF 2 AND ACL ELITE# 2 OF 2)
URINALYSIS ANALYZRES (IRIS# 1 OF 1)

Quantity Unit of Issue Unit Price Extended Price
1 LOT tiny_mce_marker______________ tiny_mce_marker___________________


RELOCATION OF THE EQUIPMENT:

FROM: NAVAL HOSPITAL CAMP PENDLETON
LABORATORY DEPARTMENT
BLDG H-100
CAMP PENDLETON, CA 92055-5191

TO: NAVAL HOSPITAL CAMP PENDLETON
LABORATORY DEPARTMENT
BLDG H-200
CAMP PENDLETON, CA 92055-5191


Period of Performance: 30 September 2013 - 30 April 2014

LOCATION:

NAVAL HOSPITAL CAMP PENDLETON
CAMP PENDLETON, CA 92055-5191


Responses/quotes MUST be received no later than September 30, 2013; 09:00 AM (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:
(1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (JUL2013):
(2) FAR 52.212-2: Evaluation - Commercial Items (JAN1999): 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 Government requirement/specifications as identified within each CLIN and attached PWS. 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.

 

(3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and
Certifications - Commercial Items) (AUG2013) 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) (JUL2013)
(5) FAR 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (SEPT2013)

OTHER CLAUSES, TERMS, AND CONDITIONS:

INVOICING INSTRUCTIONS - MANDATORY:

SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008)
(a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF):
(1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-877-251-WAWF (9293).
(2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information)
(3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed.
(b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF:
(c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a .PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor.

Routing Table
WAWF Invoice Type COMBO
Contract Number TBD
Delivery Order Number TBD
Issuing Office DODAAC N68094
Admin Office DODAAC N68094
Inspector DODAAC (usually only used when Inspector & Acceptor are different people) N/A
Ship To DoDAAC (for Combo),
Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher) N68094
Acceptance At Other N68094
Local Processing Office (Certifier) N68094
DCAA Office DODAAC (Used on Cost Voucher's only) N/A
Paying Office DODAAC HQ0248
Acceptor/COR Email Address N/A
(d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact:
Name Email Phone Role
JoseRamon Jovellanos Requesting Activity
JoseRamon Jovellanos WAWF Acceptor

 

 

 

Bid Protests Not Available

Similar Past Bids

Camp pendleton California 07 Nov 2013 at 10 PM
Camp pendleton California 09 Jan 2014 at 4 PM
Camp pendleton California 22 Jan 2014 at 7 PM
Camp pendleton California 18 Feb 2014 at 8 PM
Camp pendleton California 17 Sep 2013 at 9 PM