This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS.
Naval Medical Center San Diego (NMCSD) has a requirement for two (2) each 26mm Transcatheter Heart Valve with Commander Procedure and two (2) each 29mm Transcatheter Heart Valve with Commander Procedure: fully collapsible replacement valve; Catheter Delivery system; compression loading system used to compress the Transcatheter aortic Valve (must include sheaths); Two inflation systems for the valvuloplasty and delivery system; crimper device for stabilization of the device once placed in the heart; and on-site support during the implantation of the device.
The Request for Quotation (RFQ) number is N0025917Q0072. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 339112 and the Small Business Standard is 1,000 employees. This is for full and open competition.
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 above:
CLIN Description
0001: 26 mm Transcatheter Heart Valve with Commander Procedure
Quantity: 2 each Unit Price $________ Extended Price $___________
CLIN Description
0002: 29 mm Transcatheter Heart Valve with Commander Procedure
Quantity: 2 each Unit Price $________ Extended Price $___________
Supplies must be delivered and available on the following procedure dates/time:
10 February 2017 at 0800
10 February 2017 at 1200
13 February 2017 at 0800
13 February 2017 at 1200
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.
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
(i) Technical capability of the services offered to meet the Government
requirement, (ii) delivery schedule, and (iii) price.
The following factors to be used to evaluate offers:
FACTOR 1: Delivery requirements: Valves must be delivered on date of surgery. Our facility cannot accommodate consignment/bulk purchases of valves in advance due to lack of adequate temperature controlled storing facilities for these live tissue.
FACTOR 2: Technical Capability: Must include Aortic Valve, Catheter Delivery System or equal item, Compression Loading System or equal item.
FACTOR 3: Price: the government shall conduct a price evaluation of all technically acceptable offers.
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
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
103107
52.219-4, Notice of Price Evaluation Preference for HubZone Small business Concerns
52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L. 108-77, 108-78 (19 U.S.C. 3805 note))
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
52.222-36 Affirmative Action for Workers with Disabilities
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
52.243-1 Changes-fixed Price
52.247-34 F.O.B Destination
52.252-1, Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-6 authorized Deviations in Clauses
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
252.203-7994 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representations
252-203-7995 (Dev)Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
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
252.225-7001 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 06:00 am PST on 06 Feb 2017. Contact: John Freeman who can be reached 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 ********