Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOLICITATION NOTICE

65 -- Cell Saver Technician

Notice Date
12/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621991 — Blood and Organ Banks
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-12-T-0010
 
Response Due
1/22/2012
 
Archive Date
3/22/2012
 
Point of Contact
mary.a.martin, 910-643-1978
 
E-Mail Address
Medcom Contracting Center North Atlantic
(mary.a.martin@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. W91YTZ-12-T-0010 SYNOPSIS/SOLICITATION The North Atlantic Regional Contracting office, Womack Army Medical Center, Fort Bragg, NC 28310, intends to solicit, negotiate, and award a contract that is restricted to Small Business only, (FAR 6.203). This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-12-T-0010 and is a request for quotation (RFQ). The Standard Industrial Classification Code is 8099 and the NAICS code of 621991. Womack Army Medical Center Fort Bragg North Carolina 28310 has a requirement for providing the Armed Services the services of skilled, trained personnel to provide quality perioperative autotransfusion services to the Hospital.. This requirement is for non-personal services; contract personnel performing under this contract shall perform the services as required of the statement of work. This is for a Base contract year and four (4) option years. The contract will be invoiced and paid using WAWF Wide Area Work Flow, instructions for submittal will be part of the awarded contract. Line Item Number 0001 Cell Saver Equipment Technician (Fee Schedule) Contractor shall provide qualified Cell Saver Transfusion Service Technician to include set up of Cell Saver Unit, operate and provide related supplies used to recover and process Shed Blood in accordance with Womack Protocols, JC, AABB, DEHEC, CAP and the Statement of Work which is attached. The contractor Technician agrees to follow rules and protocols established by WAMC. The fees associated with this service are dependent on the physicians request and supplies used during each surgery. Therefore, the fee schedule is a basic guideline. WAMC owned (cell saver equipment) will be set up and operated by the contractor's technician unless down for repairs. Use of Govt' owned equipment results in a discount from fee schedule pricing except for supplies used. "See attached Statement of Work for all requirements." Line Item Number 0002 Additional Products Any additional products required to perform the service. Line Item Number 0003Miscellaneous Charges Miscellaneous Charges required to perform the service. Line Item Number 0004Contractor Manpower Reporting The Contractor is required to enter data into the Contractor Manpower Reporting (CMR) system as defined in the last Paragraph of the Performance Work Statement (PWS). NOTE: If the reporting of Manpower Equivalents is not separately priced, insert "NSP" in the blank shown. 1.Provide your Companies Dun and Bradstreet number (DUNS); your cage code; tax ID number; your delivery date along with your quote (Fee Schedule), and your Published Price list by item number for evaluation purposes. Responses are to be emailed to Mary Martin mary.a.martin@us.army.mil no later than 12 AM EST 22 Jan, 2012. The following provisions in their latest editions apply to this solicitation. FAR Clauses and provisions apply and can be viewed at http://www.arnet.gov/far. (1)FAR 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: "The offer submitted shall include: (1) proposed prices; (2) Technical capability to include product literature, catalog price lists if available; (3) warranty, guarantee, technical specs, and estimated date of delivery information. (4) completed copy of FAR 52.212-3. "Offer Representations and Certifications-Commercial items," Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. (2)FAR 52.222-50 Combating Trafficking in Persons (3)FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers. PRICE: Price will be evaluated separately from past performance and will be evaluated for fairness and reasonability. Offeror shall provide their published price list with their offer. TECHNICAL: A technical proposal that fails to demonstrate it can meet all requirements will be determined unacceptable. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar (4)FAR 52.204-7, Central Contractor Registration (5)FAR 52.204-10, Reporting executive compensation and first-tier subcontract awards (6)FAR 52.209-6, Personal identity verification of contractor personnel (7)FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer. (8)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31). (9)FAR 52.222-3, Convict Labor. (10)FAR 52.222-19- Child Labor (11)FAR 52.222-21, Prohibition of Segregated Facilities (12)FAR 52.222-26, Equal Employment (13)FAR 52.222-36, Affirmative Action for Workers with Disabilities (14)FAR 52.223-18 Contractor policy to ban text messaging while driving (15)FAR 52.225-13, Restrictions on certain foreign purchases (16)FAR 52.233-4, Applicable law for breach of contract claim (17)FAR 52.222-43 Fair Labor Standards Act and Service Contract Act (18)FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp (19)FAR 52.252-6, Authorized deviations in clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DOD FAR (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) (20)DFAR 252.203-7000, Requirements relating to compensation of former DOD officials (21)DFAR 252.203-7002, Requirement to inform employees of whistleblower rights (22)DFAR 252.225-7000, Buy American Act - Balance of Payments Program Certificate (23)DFAR 252.212-7001, Contract Terms (24)DFAR 252.225-7002, Qualifying Country Sources as Subcontractors (25)DFAR 252.232.7003, Electronic Submission of Payment Request and Receiving Report (26)DFAR 252.204-7004, Required CCR (27)DFAR 252.204-7008, Export Controlled items. (a) Definition. Export-controlled items, as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR parts 120-130). The term includes (1) Defense items, defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR part 120. (2) Items, defined in the EAR as ``commodities, software, and technology,'' terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for Contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds to, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to-- (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR parts 120-130); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-12-T-0010/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: WAMC Bldg 4-2817 Reilly Road Fort Bragg NC
Zip Code: 28310-7301
 
Record
SN02644360-W 20111224/111222234347-ac5167b5b0e4bc449efddd2f2bead0c4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.