Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOLICITATION NOTICE

65 -- Biofeedback System - Sole Source Justification

Notice Date
8/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-15-T-0292
 
Archive Date
9/16/2015
 
Point of Contact
Kevin W. Knapp, Phone: 6195325944
 
E-Mail Address
kevin.w.knapp.civ@mail.mil
(kevin.w.knapp.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SSJ NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to negotiate a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial Items as described in the schedule below. The proposed contract action is for Innovative Sports Training Inc. Motion Monitor, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis Innovative Sports Training Inc.; 3711 N Ravenswood Ave Ste 150; Chicago, IL, 60613; under the authority of Far 13.106-1(b)(1). Justification: Under the authority of FAR 13.106-1(b)1, Sole source justification is based on Innovative Sports Training Inc. having proprietary ownership, and sole distributorship, of needed item. Also, this is the only system on the market that is compatible with all the equipment already owned by NMCSD. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-15-T-0292 is issued as a Request For Quotation (RFQ). The closing date is 01 SEPTEMBER 2015 at 06:00AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 339112; Size:500. CLIN 0001 - Model 2000 biofeedback sys base unit: Unit of Issue: 1 Each Unit Price: $_______ Total CLIN Price: $_____ CLIN 0002 - Power strip- rackmount power assembly: Unit of Issue: 1 Each Unit Price: $_______ Total CLIN Price: $_____ CLIN 0003 - sftw plug-in for real-time stream from MAC cameras: Unit of Issue: 1 Each Unit Price: $_______ Total CLIN Price: $_____ CLIN 0004 - A/D-A/D USB BNC 16 channels, 16 bit, 2-16 bit analog out: Unit of Issue: 2 Each Unit Price: $_______ Total CLIN Price: $_____ CLIN 0005 - Event Marker- hand held switch assembly-37 pin connector: Unit of Issue: 1 Each Unit Price: $_______ Total CLIN Price: $_____ CLIN 0006 - stfw plug-in for synchronous real-time stream from amti forceplates: Unit of Issue: 1 Each Unit Price: $_______ Total CLIN Price: $_____ CLIN 0007 - stfw plug-in for synchronous real-time from analog EMG systems: Unit of Issue: 1 Each Unit Price: $_______ Total CLIN Price: $_____ CLIN 0008 - stfw biofeedback module for control feedback loop implementation: Unit of Issue: 1 Each Unit Price: $_______ Total CLIN Price: $_____ CLIN 0009 - Monitor- rear projection screen: Unit of Issue: 1 Each Unit Price: $_______ Total CLIN Price: $_____ CLIN 0010 - Monitor - Cannon Projector - 1280x800 Ultra Short Throw: Unit of Issue: 1 Each Unit Price: $_______ Total CLIN Price: $_____ CLIN 0011 - Engineering service provided as part of product installation: Unit of Issue: 1 Each Unit Price: $_______ Total CLIN Price: $_____ CLIN 0012 - onsite training plus travel-additional day: Unit of Issue: 1 Each Unit Price: $_______ Total CLIN Price: $_____ The Government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items and 52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification. The provision can also be submitted at https://www.sam.gov Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. Electronic submission of Quotes: Quotations shall be submitted electronically by email to kevin.w.knapp.civ@mail.mil or by facsimile at 619-532-5944, Attention: Kevin W. Knapp. Email submissions are limited to 2MB. The submitter should confirm receipt of email submissions. This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) 52.204-13 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) 52.212-1 Instruction to Offerors-Commercial Items (APR 2014) 52.212-2, Evaluation - Commercial Items (JAN 1999), The following factors shall be used to evaluate offers in descending order of importance: FACTOR 1: Technical Capability; defined as the ability of the products to meet the salient characteristics needed. FACTOR 2: Delivery Schedule; is defined as the lead time necessary to receive the product. FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules. Technical capability and delivery schedule, 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. 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (MAR 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 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)) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (Mar 2007)) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C 793) 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C.) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) (31U.S.C. 3332) 52.252-1 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 (End of provision) 52.252-2 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 (End of clause) 52.217-6 OPTION FOR INCREASED QTY 52.237-2 Protection of Government Buildings, Equipment, and Vegetation --- (service On-Site) 252.225-7001 Buy American and Balance of Payment Program (DEC2012) (41U.S.C. chapter 83, E.O. 10582 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (MAR 2008)(10U.S.C. 2227 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010)(FEB 2015) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0292/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Dr., San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03841678-W 20150819/150817235049-520e470ebc2a7629ec68a91b5ed813c0 (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.