Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2013 FBO #4313
SOLICITATION NOTICE

V -- RELOCATION EQUIPMENT - Package #1 - Package #2 - Package #3

Notice Date
9/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NH Camp Pendleton, Box 555191, Marine Corps Base, Camp Pendleton, California, 92055-5191, United States
 
ZIP Code
92055-5191
 
Solicitation Number
N68094-13-T-0054
 
Archive Date
10/2/2013
 
Point of Contact
Leliza G. Sarino, Phone: 7607251463
 
E-Mail Address
leliza.sarino@med.navy.mil
(leliza.sarino@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK LIST SUPPLIES SOLE SOURCE JUSTIFICATION Combined Synopsis/Solicitation Notice of Intent - Sole Source Solicitation Number: N68094-13-T-0054 Purchase Description: RELOCATION EQUIPMENT Contractor: BECKMAN COULTER, INC. This is a COMBINED SYNOPSIS/SOLICITATION 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 "Sole Source" 100% small business set side. The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, reference solicitation number N68094-13-T-0054, as a Request for Quote (RFQ) 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 "53412," with a large business standard size of "$7.0 million". The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-69 effective September 3, 2013and Defense Federal Acquisition Regulation Supplement DPN 20130909 effective September 09, 2013. DESCRIPTION: Describe ALL items below or attach an item list to include a description of item, quantities, and unit of issue. CLIN 0001: RELOCATION LABORATORY ANALYZER AND VALIDATION STUDIES/LIST SUPPLIES (ATTACHED) HEMATOLOGY ANALYZERS (DXH#1 OF 2 AND DXH#2 OF 2) COAGULATION ANALYZERS (ACL ELITE# 1 OF 2 AND ACL ELITE# 2 OF 2) URINALYSIS ANALYZRES (IRIS# 1 OF 1) QTY: 5, Unit of Issue: EA, Price$ RELOCATION PLACE: 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 17, 2013; 12:15 PM (Pacific Daylight Time). Forward responses by e-mail to Leliza.sarino@med.navy.mil 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/ This is "Sole Source"100% small business set aside. APPLICABLE FAR CLAUSES: (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (FEB2012): (2) FAR 52.212-2: Evaluation - Commercial Items (JAN1999): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer is most advantageous to the Government. Evaluation of offers will be made in accordance with FAR Part 12.602, Streamlined Evaluation of Offers, using the following three (3) factors: (1) Technical Capability: Meets sole source specifications in accordance with "Description" of supplies/services. (2) 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. (3) 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. Technical and past performances, when combined, are approximately equal to cost or price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (DEC2012) 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) (FEB2012) (5) 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders- (6) FAR 52.232-18 Availability of Funds Commercial Items (DEVIATION) (NOV2012) 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: 1-800-756-4571 (Option 6). (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 2-IN-1 Contract Number N68094 Delivery Order Number N/A 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 ALLEN L. POWERS Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N68094-13-T-0054/listing.html)
 
Place of Performance
Address: NAVAL HOSPITAL CAMP PENDLETON, CAMP PENDLETON, California, 92055-5191, United States
Zip Code: 92055-5191
 
Record
SN03187735-W 20130915/130913235715-3b841c6338cee5f56b13f6f7eaa5705a (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.