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 "Brand Name or Equal 100% Total Small Business Set-Aside".
The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, N68094-15-T-1006, as a Request for Quote 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 "316210", with a small business standard of "1000" employees.
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) 2005-80 effective January 29, 2015 and Defense Federal Acquisition Regulation Supplement DPN 20150226 effective February 16, 2015.
DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.
BRAND NAME
Brand Name or Equal: Sketchers women's shoe Oswald-Clara and men's shoe Oswald-Balder or comparable. Must by OSHA Compliant slip resistant rubber outsole; sole rated ASTM F 1677-96 Mark II criteria that meets or exceeds a .45 coefficient on wet or oily surfaces. Must also be slip-on, constructed of lightweight plastic, be free of holes and crevasses that might harbor organisms and prevent disinfection, provide most protection to the wearer, be reusable, and able to be effectively disinfected. Shoe may not have holes, straps, buckles or laces. All Shoes: Width = Medium; Color = Black. The following sizes and quantities as follows:
CLIN 0001 : Sketchers women's shoe Oswald-Clara
Quantity Size Unit of Issue Unit Price Extended Price
11 5 PR tiny_mce_marker______________ tiny_mce_marker___________________
22 6 PR tiny_mce_marker______________ tiny_mce_marker___________________
22 7 PR tiny_mce_marker______________ tiny_mce_marker___________________
22 8 PR tiny_mce_marker______________ tiny_mce_marker___________________
22 9 PR tiny_mce_marker______________ tiny_mce_marker___________________
22 10 PR tiny_mce_marker______________ tiny_mce_marker___________________
11 11 PR tiny_mce_marker______________ tiny_mce_marker___________________
CLIN 0002 : Sketchers men's shoe Oswald-Balder
Quantity Size Unit of Issue Unit Price Extended Price
11 7 PR tiny_mce_marker______________ tiny_mce_marker___________________
11 8 PR tiny_mce_marker______________ tiny_mce_marker___________________
22 9 PR tiny_mce_marker______________ tiny_mce_marker___________________
22 10 PR tiny_mce_marker______________ tiny_mce_marker___________________
22 11 PR tiny_mce_marker______________ tiny_mce_marker___________________
22 12 PR tiny_mce_marker______________ tiny_mce_marker___________________
11 13 PR tiny_mce_marker______________ tiny_mce_marker___________________
11 14 PR tiny_mce_marker______________ tiny_mce_marker___________________
SALIENT FEATURES (REQUIRED SPECIFICATIONS) FOR EQUAL
Offers providing alternative products must clearly identify comparable shoe inclusive with manufacturer name, shoe type/name, and any other information (i.e. web-site, pictures) to determine if the alternative product meets the Government requirement. Offered alternative products that don't provide adequate information to determine whether the shoe meets the Government requirement will be considered non-responsive.
DELIVERY DATE(S): April 15, 2015
PLACE OF DELIVERY:
Naval Hospital Camp Pendleton
Alfonzia Edge
Receiving
Bldg: H-135
Camp Pendleton, 92055-5191
TEL: 760-725-1251
Responses/quotes MUST be received no later than March 19, 2015; 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:
(1) FAR 52.211-6: Brand Name or Equal (Aug 1999)
(2) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014)
(3)FAR 52.212-2: Evaluation - Commercial Items (OCT 2014): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer represents the lowest priced technically acceptable offer using the following evaluation
criteria:
(a) Technical Capability: Meets brand name or equal Government requirement/specifications as identified within each CLIN. Contractors providing "as equal" items must provide the manufacturer, model/parts numbers, and specification data adequate in determining whether the products meet the salient features provided for in the solicitation. For supplies 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) (DEC2014) or indication that offeror representations and certifications are in System for Award Management (SAM).
(5) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (DEC2014)
(6) FAR 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (JUL2014)
(7) FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference.
Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/VFFARa.htm
http://farsite.hill.af.mil/VFDFARa.htm
(8) FAR 52.252-2 -- Clauses Incorporated by Reference.
Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/VFFARa.htm
http://farsite.hill.af.mil/VFDFARa.htm
(End of Clause)
(9) 252.203-7998 Prohibition on Contracting with Entities that
Require Certain Internal Confidentiality Agreements- Representation. (DEVIATION 2015-O0010)
(a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal
confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.
(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or
contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(End of provision)
OTHER CLAUSES, TERMS, AND CONDITIONS:
INVOICING INSTRUCTIONS - MANDATORY:
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: @med.navy.mil
-----------------------------------------------------------------------
(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.
@med.navy.mil
-----------------------------------------------------------------------
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)