SOLICITATION NOTICE
65 -- ENT Surgical Microscopes
- Notice Date
- 5/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument 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
- N00259-16-T-0132
- Archive Date
- 6/28/2016
- Point of Contact
- Jhoana Bascon, Phone: 6195326784
- E-Mail Address
-
JHOANA.A.BASCON.CIV@MAIL.MIL
(JHOANA.A.BASCON.CIV@MAIL.MIL)
- Small Business Set-Aside
- N/A
- Description
- NOTICE TO CONTRACTOR This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, supplemented with additional information included in this notice. This announcement constitutes only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number is N00259-16-T-0132. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. This is an unrestricted solicitation. The North American Industry Classification System (NAICS) Code for this acquisition is 339112. The size standard is 500. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far and www.acq.osd.mil. The contractor shall provide the following ENT Surgical Microscopes: CLIN 0001: ENT surgical microscope The requirement of this unit is as follows: • One set of binocular viewing tubes • Magnification changer with five steps • Light intensity adjustment knob • Handgrips for adjustment of the optics carrier • Articulating arm • Lockable floor stand with wheels • Camera cable of at least 5 meters in length and capable of transmitting a high definition picture (for example, a cable with HDMI or DVI ports) • HD video camera (for use by assistant personnel in the operating room and clinic) • Color monitor of at least 20 inches with at least 1920 x 180 resolution • Internal light source • Storage for video or pictures (permanently affixed or portable are both acceptable) Item Number: ____________ Quantity: 2 (two) Unit of Issue: Each Price: _____________________ Extended Price:_____________ Date Material Required: 17-June-2016. Shipping is to be included with the price of materials. These items are intended for Okinawa, Japan and will be shipped through the following address below: DLA TROOP SUPPORT XDOCK PROJECT C/O Cardinal Health MPS Distribution Center 4551 E. Philadelphia St. TCN# N68292-6060-0414XXX/TAC NBCC Ontario, CA 91761 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. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-87. This acquisition incorporates the following FAR clauses: 52.204-13 System for Award Management Maintenance JUL 2013 52.212-3 Offeror Representations and Certification-Commercial Items APR 2016 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DEC 2015 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015 252.211-7003 Item Unique Identification and Valuation DEC 2013 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) NOV 2014 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2013) 52.204-10 Reporting Executive Subcontract Awards (JUL 2013) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010 52.222-50 Combating Trafficking in Persons (MAR 2, 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors - Commercial Items (JUL 2013) 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 (JUL 2013) 52.204-7 System for Award Management (JUL 2013) 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEV) 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) 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 (JUL 2013). 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 Systems (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to Jhoana.a.bascon.civ@mail.mil. Email submissions are limited to 2MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 13-June-2016, 12PM PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0132/listing.html)
- Place of Performance
- Address: DLA TROOP SUPPORT XDOCK PROJECT, C/O Cardinal Health MPS Distribution Center, 4551 E. Philadelphia St., TCN# N68292-6060-0414XXX/TAC NBCC, Ontario, CA 91761, Ontario, California, 91761, United States
- Zip Code: 91761
- Zip Code: 91761
- Record
- SN04115167-W 20160514/160512234731-06bf32a9bfa8899e6111af4bacdef75b (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 |