Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
MODIFICATION

65 -- Pacemakers and related items

Notice Date
7/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
FA4427-12-BPA-001
 
Archive Date
8/7/2012
 
Point of Contact
Felicia A. DeMita, , Asim W. Siddiqui, Fax: 7074240288
 
E-Mail Address
felicia.demita@us.af.mil, asim.siddiqui@us.af.mil
(felicia.demita@us.af.mil, asim.siddiqui@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 60th Contracting Squadron at Travis AFB, California, intends to solicit and award one or more Blanket Purchase Agreement(s) for pacemakers and related supplies as described in further detail below for David Grant Medical Center (DGMC) at Travis AFB. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. There will be no guaranteed minimum quantities purchased and the Government will be obligated only to the extent of authorized calls placed against the resulting Agreement. All contractors who provide offers must be registered in the Central Contractors Register (CCR). You may register via the internet at http://www.ccr.gov or contact CCR at 1-866-606-8220. The North American Industry Classification System (NAICS) code for this acquisition is 334510, with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. This requirement is put forth as a full and open competition. The Government intends to award one or more Blanket Purchase Agreement(s); however, the Government reserves the right not to award any BPA and does not guarantee any order placements. Any resultant BPA(s) will be five (5) years in duration; however, either party may terminate the resulting BPA with 30 calendar days notice. The Government seeks to establish BPAs for a variety of invasive implants, consumable supplies and accessories, and/or tools necessary for implanting these products and/or performing these types of procedures for the following categories of products: cardiac, vascular, angio-interventional, and neuroradiological. Examples include, but are not limited to the following: pacemakers, intracardiac defibrillators, stents, balloons, catheters, rotor-blades, atrial spetal defect devices, ventricular septal defect devices, vascular closure devices, heart valves, intravascular ultrasound catheters, pressure wires, embolic protection systems/catheters, diagnostic and interventional cardiac wires, remote monitoring services for pacemakers and intracardiac defibrillators, product training, etc. The Government seeks product catalogs, pricing, and other supplemental information for various invasive cardiac, vascular, angio-international and neuroradioloical implants, consumable supplies and related supplies equipment, and instruments from interested, FDA-approved Vendors, both large and small business. If the vendor is not an original equipment manufacturer (OEM), the vendor must provide evidence of an existing and continuing relationship with the OEM manufacturer(s) that demonstrates the vendor's authority to distribute the OEMs' products. Interested offerors should also note the Health Insurance Portability and Accountability Act (HIPPA) of 1996, Privacy and Security of Protected Health Information applies to resulting BPAs. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) the Government may award one or more BPAs resulting from this notice to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) to be technically acceptable you need to be able to provide the FDA-approved supplies indicated in this notice; (ii) price; (iii) time for delivery; and (iv) patient need as determined by the physician. Award will be made to the offer(s) that represent(s) the best value to the Government taking the foregoing factors into consideration. The individual call limitation will be up to $150,000.00 per call; however, the Contracting Officer will establish call limitations in writing for individuals who are authorized to place calls. The call limit for each individual may vary. The Government will notify offeror(s) of the names of individuals who will be authorized to place calls against any resulting BPAs. Each BPA will identify the names of the individuals authorized to schedule deliveries under the Agreement. Only authorized Government employees who have been specifically named by the Contracting Officer may schedule deliveries under this agreement. STRICT COMPLIANCE WITH THIS STIPULATION IS IMPERATIVE. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-58 effective 18 May 2012; Defense DPN 20120629 effective 29 June 2012, and AFAC 2012-0330 effective 30 March 2012. 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards 52.209-6 Protecting the Government Interest 52.212-1 Instructions to Offerors 52.212-3 Alternate 1 Offeror Representations and Certifications - Commercial Items 52.222-3 Convict Labor 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions (Deviation) 52.219-28 Post Award Small Business Program 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone-Depleting Substances 52.223-18 No Texting While Driving 252.204-7003 Control of Government Personnel Work Products 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7010 Levies on Contract Payments 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 (Alt III) Transportation of Supplies by Sea 252.204-7006 Billing Instructions (full text) 252.212-7001 Contract Terms and Conditions DEVIATION 5352.201-9101 OMBUDSMAN TRAVIS AFB SECURITY REQUIREMENTS 1. Security Requirements. Travis Air Force Base is designated as a closed base. In order to promote security and safety, all employees desiring access must adhere to installation entry requirements, to include, identity proofing and vetting. This includes a National Crime Information Center (NCIC) and California Law Enforcement Telecommunication System (CLETS) check. Identity proofing and vetting is not required for employees if they have a current favorable government security clearance which can be verified through the Joint Personnel Adjudication System (JPAS). 2. The primary contractor will ensure all employees possess proper credentials allowing them to work in the United States and ensure illegal aliens are not employed and/or transported onto the installation. Identification required for identity proofing is:  United States Passport  Permanent Registration Card/Alien Registration Receipt Card (Form I-1551)  Foreign Passport with a temporary (I-1551) stamp or temporary (I-1551) printed notation on a machine readable immigrant visa.  Employment authorization document that contains a photograph (Form I-766)  Current/valid Driver's License  Identification card issued by Federal, State or local Government  U.S. Coast Guard Merchant Mariner Legacy Card  U.S. Coast Guard New Merchant Mariner Credential Additional supplemental sources of identity proofing which may be requested during increased FPCONS or Random Antiterrorism Measures (RAMs) include, but are not limited to:  School identification card with photograph  U.S. Military or draft record  Native American Tribal Document  U.S. Social Security Card issued by the Social Security Administration (SSA)  Certification of Birth Abroad issued by the Department of State (Form FS-545 or Form DS-1350)  Original or certified copy of a birth certificate issued by a state, county, municipal authority or outlying possession of the United States bearing an official seal  U.S. Citizen ID Cared (Form I-197)  ID Card for use of Resident Citizen in the United States (Form I-179)  Unexpired employment authorization document issued by the Department of Homeland Security (DHS) which includes, a) Form I-94 identifying the holder as an asylee, or b) other documentation issued by DHS or the former Immigration and Naturalization Service that identifies the holder as an asylee, lawful permanent resident, refugee or other status authorized to work in the United States incident to status  Foreign Military or Government Identification Credentials  Foreign passport with a current arrival-departure record (Form I-94) bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, if that status authorizes the alien to work for the employer  In the case of a nonimmigrant alien authorized to work for a specific employer incident to status, a foreign passport with Form I-94 or Form I-94A bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, as long as the endorsement has not yet expired and the proposed employment is not in conflict with any restrictions or limitations identified on the form. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provision of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. 3. Identity Proofing and Vetting. Employees whose background reveals any of the following disqualifiers will not be allowed installation access. All employees will be vetted based on the following disqualifying base access criteria:  The installation is unable to verify the individual's: ‒ Citizenship, immigration status, or social security number or claimed identity.  The individual is/has/has been: ‒ Barred from entry/access to a federal installation or facility. ‒ Wanted by federal/civil law enforcement authorities, regardless of offense/violation. ‒ On a federal agency "watch list" or "hit list" for criminal behavior/terrorist activity. ‒ Knowingly/willfully engaged in acts/activities to overthrow the government by force. ‒ Incarcerated 12 months/longer in the past 10 years, regardless of offense/violation, unless released on proof of innocence.  The individual has been convicted of: ‒ Child molestation or pornography; any crime involving indecent acts with a minor. ‒ Espionage, sabotage, treason, terrorism, or murder. ‒ Firearms or explosive violation within the past ten years. ‒ Felony involving violence against a person, arson robbery or burglary. ‒ Drug distribution, possession, intent to sell, trafficking or use more than once. ‒ Sexual assault, rape, human trafficking or any felony sexual in nature requiring registration as a sex offender under applicable federal or state law.  The individual is known to be or reasonably suspected of: ‒ Being a terrorist or belongs to an organization with known terrorism links or support.  There is reasonable basis to believe the individual: ‒ Submitted fraudulent information concerning his or her identity. ‒ Will unlawfully or inappropriately use an access credential outside the workplace. ‒ Will attempt to gain unauthorized access to classified documents, information protected by the Privacy Act, information that is proprietary in nature, or other sensitive or protected information.  There is reasonable basis to believe, that issuance of an access credential poses unacceptable risk when: ‒ Criminal or dishonest history exists. ‒ A statutory or regulatory bar prevents the individual's contract employment; or would prevent federal employment. ‒ The individual's material, intentional false statement, deception or fraud in connection with federal or contract employment. ‒ Based on the nature or duration of the individual's alcohol abuse without evidence of substantial rehabilitation. ‒ Based on the nature or duration of the individual's illegal use of narcotics, drugs, or other controlled substances without evidence of substantial rehabilitation. Employees will be identity proofed and vetted each time a pass is issued. Security Forces may conduct random screenings at any time; if, disqualifying base access information is found employees may have their passes revoked. Employees with disqualifying base access information will be issued a denial access letter immediately revoking their base access privileges. Employees requesting to contest the adjudication, denial of installation access, or requesting a waiver/exception to policy must submit a written rebuttal/request within 10 business days of receipt of the barment letter to 60 AMW/CC, through 60 SFS/CC, Attention: 60 SFS/S5R, Bldg 381, 540 Airlift Drive, Suite C-101, Travis AFB 94535-2451. 4. Primary Contractor Responsibilities. The primary contractor will be responsible for the conduct of all employees working under that contract. Additionally, the primary contractor will: Coordinate base entry requirements with the 60th Contracting Squadron. Advise employees requesting base access on requirement to complete, sign and submit a Travis Form 251, Consent for Background Check. Forms are available at the Pass and Registration Office and Visitor Control Center. Any employee who does not complete or sign the form will be denied installation access. Advise employees the base pass is only valid for the purpose, person and vehicle for which it was issued. Use of the base pass for any other purpose or by any other person will result in the pass being confiscated. Employees that misuse their pass may be subject to barment actions. If a pass is lost, notify the Pass and Registration Office immediately.  To obtain a pass, personnel will need a valid state or government photo identification.  To obtain a vehicle pass, personnel will need a driver license, registration and insurance. Provide written notification, within 24 hrs, to the 60th Contracting Squadron of any changes in employee's status. This includes, but is not limited to, the employee being fired or quitting their position with the company. Retrieve government issued personal and vehicle passes from employees which no longer need installation access. Passes will be turned into the 60th Contracting Squadron upon expiration. Obtaining a Base Pass. Provide an EAL (Entry Authority List) of all employees on company letterhead which require a base pass. All requests for a base pass will be submitted through the Base Contracting Office NLT 45 days prior to the contract start date. Exceptions will be made for short-notice contracts where the award date and performance start date are less than 45 days. A base pass will be issued for a maximum of one year. Prior to renewing a base pass, return the old base pass to the Pass and Registration for destruction. Ensure the EAL includes:  Contract number  Work site or location  Inclusive dates of the contract  Work schedule (include days of the week and time periods employees are on base)  Employee's full name, date of birth, and social security number Only persons who have undergone identity proofing and vetting and have no disqualifying base access information can serve as a sponsor. Persons appointed as sponsors will meet employees at the Visitor Control Center and ensure they complete Travis Form 251, Consent for Background Check. 5. Employee Responsibilities. All employees requiring reoccurring and unescorted access onto the installation must:  Carry their DoD ID card or installation pass on their person while on the installation.  Register privately owned vehicles in accordance with installation policies.  On request, present their DoD ID card or installation pass to security personnel. Refusal may be grounds for further administrative or punitive action.  If issued a Command Access Card (CAC), present documentation from the local security office or CAC sponsor confirming that the CAC has been reported lost or stolen.  Turn in access credentials to the 60th Contracting Squadron when the credential expires or when the basis for obtaining the credential no longer exists. 6. Increased Force Protection Condition (FPCON). During FPCON Normal, Alpha and Bravo; employees without a base issued pass must be sponsored onto the installation. During FPCON Charlie and Delta the base will curtail non-essential operations/functions and non-essential employees will be suspended at the direction of the installation commander. All employees attempting installation access; thereafter, will be physically escorted unless FPCON Mission-Essential designation has been approved in advance and is indicated on the base pass. 7. Restricted Area Badges. Employees may be submitted for unescorted entry into restricted areas if required for their contract. Contact the security manager for the military agency responsible for the project. 8. Escort Requirements. The following escort requirements apply: Installation. Sub-contractors must be escorted at all times. Controlled/Restricted Areas. Employees not in possession of a restricted area badge will be escorted at all times when working within controlled, restricted or other sensitive areas. Escorts can be either the military agency responsible for the project or an employee in possession of a restricted area badge. The military agency or employee in possession of a restricted area badge will follow existing procedures and instructions for obtaining entrance to controlled, restricted and sensitive areas. 9. Lost Base Passes or Restricted Area Badges. Base Passes. The employee's supervisor will investigate and provide written notification for a lost base pass to the 60th Contracting Squadron. Written notification should include an explanation from the employee on how, when, where and what steps have been taken to locate the missing base pass. If a replacement is needed, forward the notification with the request for a base pass. Restricted Area Badges (RAB). Employees issued a RAB must report the loss immediately to the security manager of the military agency that submitted the RAB request. The individual who lost the RAB will provide a written explanation on how, when, where and what steps have been taken to locate the missing RAB. The security manager will conduct their own inquiry and forward a report of investigation [with squadron commander endorsement]; the member's written explanation and the original AF Fm 2586 to the Pass and Registration office. A new RAB will not be issued until the investigation is complete. 10. Identification Common Access Card (CAC). Employees requiring computer access must submit a request through the security manager for the military agency responsible for the project. The security manager will facilitate registration within the Contractor Verification System. The QAP is designated as the sponsor and will assist with this process. Once issued, the CAC card must be in the employees possession at all times while on base and performing official duties. The primary contractor shall advise their employees that a favorable security clearance background investigation is needed as a condition of employment under this contract. 11. Anti-terrorism Force Protection Training. IAW AFI 10-245 and TAFB OPLAN 10-245, all employees with contracts over 90 days, will complete initial and annual Level I Anti-Terrorism Awareness training at https://atlevel1.dtic.mil/at/. All personnel will be responsible to provide proof (copy of training certificates) of training to the Anti-terrorism Advisor/Representative responsible for the unit they are contracted. DAVID GRANT MEDICAL CENTER AUTHORIZED VISITORS 1. Medical sales representatives are permitted in the operating room to observe or consult on equipment/supply item only. In no instance will the medical sales representative perform any surgical procedures. Medical sales representatives must sign into RepTrax at the front desk and have an initial orientation to the surgical suite. If medical sales representative is bringing in supplies/equipment/samples this must be coordinated w/ OR supply NCO/technicians in a timely matter (7 or more days before surgery). 1.1. Orientation will be documented on Transient Staff Orientation Checklist maintained at the Operating Room Front Desk. 1.2. All authorized contractors, product representatives, & vendors must be listed at time of case scheduling in S3 (electronic scheduling system) to gain access to ORs for particular surgeries. If rep is not on the surgery schedule, access to surgical suite will not be granted. Reps must present a picture ID to be signed into Rep Trax. ELECTRONIC SUBMISSION OF INVOICES Contractor must be registered with WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Please send any questions to felicia.demita@us.af.mil NO LATER THAN 18 July 2012, 09:00 PM, PST and quotes NO LATER THAN 23 July 2012, 2:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is Felicia DeMita, Contract Specialist, at felicia.demita@us.af.mil telephone 707-424-7761. Alternate POC is Asim W. Siddiqui, Contracting Officer at asim.siddiqui@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FA4427-12-BPA-001/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02809941-W 20120722/120720234926-017efc7b57c049369b6e44ed727147a3 (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.