Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

Q -- Medical Etching and Data Entry Services - Solicitation - Attachment 3 - Attachment 5 - Attachment 1 - Attachment 2 - Attachment 4

Notice Date
5/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-17-R-0042
 
Archive Date
6/17/2017
 
Point of Contact
Stephen A. Moberg, Phone: 9375224584, Joshua J. Morell, Phone: 9375224537
 
E-Mail Address
stephen.moberg@us.af.mil, joshua.morell@us.af.mil
(stephen.moberg@us.af.mil, joshua.morell@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4: Fill in FAR Clauses Attachment 2: QASP Attachment 1: PWS Attachment 5: Price Proposal Form Attachment 3: Terms and Conditions Solicitation SOLICITATION This solicitation, which is expected to result in the award of a firm-fixed-price contract for medical instrument etching and data entry services described under the requirements section of this solicitation or accompanying requirements attachment. This solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (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. An award, if any, will be made to the responsible Offeror who submits a proposal that: (1) conforms to the requirements of the solicitation, (2) submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable, and (3) receives a rating of "Acceptable" on the Technical evaluation factor. Submittal of proposals in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received and the price fair and reasonableness of proposals received. The solicitation number for this requirement is FA8601-17-R-0042 and is hereby issued as a Request for Proposals using FAR Part 12, Acquisition of Commercial Items and FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items. NAICS Code: 811219 - Medical and Surgical Equipment Repair and Maintenance Services. Business Size Standard: 500 Employees Acceptable means of Submission: All submissions must be submitted electronically to the following email address: stephen.moberg@us.af.mil by 30 May 2017 by 8:00 AM EST. Any correspondence sent via e-mail must contain the subject line "FA8601-17-R-0042, Medical Instrument Etching and Data Entry Service" The entire proposal must be contained in a single e-mail, unless otherwise approved and that does not exceed 5 megabytes including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-95, effective 19 Jan 2017 ; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20161222, effective 22 Dec 2016 ; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2017-0127, effective 27 Jan 2017. Delivery Schedule: As scheduled following award Delivery Destination: 88 MDSS/SGSM Attn: Paul Aspiras 4881 Sugar Maple Drive Wright-Patterson AFB, OH 45433 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirement: This specification is for instrument etching and data services to etch and enter data into a Censitrac Tracking System for 60,000 instruments over a six month period for a firm fixed price contract. The services provided must meet the following minimum requirements: 1. The contractor will be responsible for the overall execution of the marking process to include marking and commissioning of the instruments and Neutralize Acid preventing corrosion. 2. An informal out brief with the Sterile Processing Department Element Chief or their designee shall be provided at the end of each day. 3. The contractor will supply 60,000 2D barcode Monode flat Dura-Fab Fine stencils that are compatible with the Censitrac program. 4. The contractor will provide a Quality Control check after the etching 2D barcode application has been completed to ensure that it scans easily into the Censitrac system. Marks that do not read will be assessed for re- application prior to commissioning. The Government will award a contract resulting from this solicitation to the responsible Offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate proposals as stated below. The proposals may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Solicitation number & date 4. Timeframe that the quote is valid 5. Total price (Net 30), No Progress Payments (See Attachment 5) 6. Completed copy of FAR 52.209-11 (attached) 7. Completed copy of FAR 52.212-3 Alternate I (attached) 8. Completed copy of FAR 52.222-22 and FAR 52.222-25 (attached) Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review proposals based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: (a) North American Industry Classification System (NAICS) code and small business size standard are as specified above (b) Submission of offers is as prescribed in the text of this solicitation (c) Offer Acceptance and Validity Dates : This paragraph of the provision regarding the period during which the offeror agrees to hold the prices in its offer firm is amended to read 90 days. (e) Multiple Offers is hereby deleted from this solicitation and that paragraph is marked RESERVED Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide for the Medical Instrument Etching and Data Entry Service described above under "Requirements" and as more fully described in the Performance Work Statement (attached). Price Proposal: The offeror shall provide a price proposal that includes etching of 60,000 instruments over a 6 month period, stencils, data entry, use of an etching machine, and the services of certified technicians needed to complete the project. The price proposal must specify an effective date, which shall be the date that proposals are due and have an expiration date no earlier than one year from the date that proposals are due. The price list must include the etching of 60,000 instruments over a 6 month period, stencils, data entry, use of an etching machine, and the services of certified technicians needed to complete the project.. Prices should be proposed as F.O.B. destination per the definition in FAR 2.101-Definitions, which can be accessed at http://farsite.hill.af.mil/vffara.htm. See Attachment 5. Representations and Certifications: Offerors shall submit the following representations and certifications, which are incorporated into the draft FFP contract with its price proposal. FAR 52.212-3-Offeror Representations and Certifications -Commercial Items (April 2016) with its Alternate I (October 2014) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Febrary 2016). If the offeror has not completed the representations and certifications listed above online in the System for Award Management ( http://www.sam.gov ), the offeror shall complete these representations and certifications ( as prescribed therein ) and submit them with the offeror's price proposal. EVALUATION FACTORS The Government will use Simplified Acquisition Procedures permitted by FAR 13.5-Simplified Procedures for Certain Commercial Items to evaluate proposals submitted in response to the solicitation. The factors that shall be used to evaluate proposals are Price and Technical, as expounded below. FACTOR 1: Price Price shall be the first factor evaluated. Proposals will be evaluated to determine if unit prices are fair and reasonable using the techniques described in FAR 13.106-3(a). Total evaluated price (TEP) shall be based on adding all line items. The lowest TEP proposal, provided that the proposing contractor is responsible and the TEP is not unbalanced and is fair and reasonable, shall be the first evaluated for technical acceptability. If the lowest TEP proposal is not found technically acceptable, the next lowest TEP proposal shall be evaluated for technical acceptability, and so on. FACTOR 2: Technical Pursuant to evaluation of all requirements, the Technical factor will receive an overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in the table below Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirement of the solicitation. In determining whether a technical proposal is Acceptable or Unacceptable, the Government will consider the extent to which the technical proposal demonstrates the offeror's ability to meet the requirements as stated in the Performance Work Statement (attached). Unless the Government has received a prior written notice that an offeror has withdrawn its proposal, the Government may accept the proposal in whole or in part before the proposal's expiration date. Attachments: 1. Performance Work Statement (4 Pages) 2. QASP (27 Pages) 3. Terms and Conditions (43 Pages) 4. Fill in FAR Clauses (25 Pages) 5. Price Proposal Form (1 Page)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-17-R-0042/listing.html)
 
Place of Performance
Address: Wright Patterson Air Force Base Medical Treatment Facility, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04514518-W 20170520/170519000441-d6ae57b4611c78e28f288bc88eb438cb (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  © 1994-2020, Loren Data Corp.