Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2017 FBO #5609
SOLICITATION NOTICE

65 -- Breast Implants - Additional Information

Notice Date
3/31/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-17-R-B017
 
Archive Date
4/15/2017
 
Point of Contact
Marico Gray, Phone: 702-652-9179
 
E-Mail Address
Marico.Gray@us.af.mil
(Marico.Gray@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Terms and Conditions for BPA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. SOLICITATION #: FA4861-17-Q-B017 This combined synopsis/solicitation is issued as a Request for Quote. A Firm Fixed Price, Blanket Purchase Agreement (BPA) will be issued as a result of this combined synopsis solicitation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 effective 19 Jan 2017. This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside. NAICS: 339113 Please review attached items list. (Brand Name only) Delivery Schedule: Determined upon each BPA call Delivery Location: Nellis AFB, NV 89191 FOB Point: Destination The following clauses apply: FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the SAM database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at https://www.sam.gov to register. FAR 52.212-2 - Evaluation - Commercial Items: This requirement is two (2) years from establishment of the BPA(s) - with a Period of Performance (PoP) of two (2) years. The Government intends to establish up to three (3) separate BPAs with three individual contractors, where contractors may be rotated to spread the business for services; however, the Government also reserves the right to establish less than three (3) BPAs, or none at all. Contracts awarded off of the BPA will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one agreement. Multiple contracts/agreement will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. The Government will award a Blanket Purchase Agreement (BPA) with the vendor(s) whose quote conforms to requirements of this solicitation and will be most advantageous to the Government, price and other factors considered. Award may be made without discussions, except for minor clarifications. The following information or factors shall be used to evaluate offers: 1. The Government will evaluate Request for Quotes submitted in response to this solicitation, which meet the requirements of the Statement of Work and the factors listed below. Failure to provide the minimal information needed for each factor may result in the Quote being considered nonresponsive. 2. RFQs will be evaluated based on: Technical Approach, Corporate Experience, and Price. Factor 1 - Technical Approach Understanding the Requirement as demonstrated by the adequacy of the offeror's approach to acquire the equipment and deliver within 72 hours as well as the ability to provide a dedicated individual for equipment needs. Factor 2 - Corporate Experience Extent and nature of experience of the Offeror in providing the manufacturer's equipment. Factor 3 - Price Price will be evaluated to determine price fair and reasonableness Therefore, the Contracting Officer will be responsible for ensuring the schedule pricing is used and negotiating discounts, whenever practicable. Except when it is determined not to be in the Government's best interest, the Government will evaluate the price of each item separately for each requirement. The Government may determine that an offer is unacceptable if the pricelist is significantly unbalanced. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (s) of this provision. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR 52.252-2 -- Clauses Incorporated by Reference - 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/ The following additional provisions or clauses are specific to this particular requirement: FAR 52.219-6 - Notice of Total Small Business Set-Aside DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions AFFARS 5352.242-9000 - Contractor Access to Air Force Installations All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to marico.gray@us.af.mil no later than 14 April 2017, 1:30 PM PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-17-R-B017/listing.html)
 
Place of Performance
Address: Mike O’Callaghan Federal Medical Cente, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN04455176-W 20170402/170331234210-e486f6f193b3bb34bad518313cea8f2c (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.