SOLICITATION NOTICE
65 -- This 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 synopsis/solicitation; quot
- Notice Date
- 9/8/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, Washington, 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W81K02-17-T-0446
- Archive Date
- 9/28/2017
- Point of Contact
- Kendre M. Green, Phone: 3604860709
- E-Mail Address
-
kendre.m.green.civ@mail.mil
(kendre.m.green.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This solicitation #W81K02-17-T-0446, is issued as a Request for Quotes (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, (Surgical and Medical Instrument Manufacturing), Size Standard is 1000 Employees. This RFQ is being issued as Firm Fixed Price, 100% Small Business Set Aside. All responsible sources may submit a quotation, which shall be considered by agency. These items are for use at Madigan Army Medical Center, JBLM, Tacoma, WA. All Contractors shall provide an offer for the following CLINs and Specifications, for the following Brand Name or Equal (B. Braun): CLIN 0001: Custom Front Panel, Qty: 10, Unit issue: EA. All items are BRAND NAME OR EQUAL. CLIN 0002: Custom Side Social Panel, Qty: 8, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0003: Custom End Panel, Qty: 4, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0004: Custom Back Panel, Qty: 10, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0005: Custom Fiberglass Flooring, Qty: 10, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0006: Coiled Flexible Water Line, Qty: 14, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0007: Quick Connectors, Qty: 14, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0008: Threaded Large Animal Lixits, Qty: 4, Unit issue: EA, All items are BRAND NAME OR EQUAL. CLIN 0009: Freight, Qty: 1, Unit issue: EA, All items are BRAND NAME OR EQUAL. SPECIFICATIONS A. Must have caging constructed of stainless steel or aluminum, of appropriate gauge and dimension. B. Must have heavy duty chemical and high pressure water resistant, and sanitizable, metal finish. C. Must have dimensions of each assembled modular cage,4'W x 9'L x 5'H, +/-2" in any dimension. D. Must have slated cage flooring constructed of fiberglass, or heavy duty composite. E. Must have adjustable cage height (floor to cage floor bottom) from approximately ½" - 6" above floor. F. Must have solid metal sheet for bottom 1' -3' of front, side and back panels, with vertical bars from sheet metal to top of panels. Total panel height 5', from bottom of flooring to top of panels. G. Must have Automatic watering system integral to each inner, side panel; from drinking lixits to the wall water line quick-connects. H. 2'- 3' wide communicating gates in each inner, side panel, able to swing flush with one side of the panel for securing. EVALUATION OF FACTORS Award will be made based on Technically Acceptable, Lowest Price (LPTA) Seller shall enter exactly what they are quoting include: make, model and description in order for their quote to be considered. JBLM Contracting Cell will accept quotes for brand name or equal items that meet all the technical capabilities as outlined in this requirement. The evaluated price will be the total price of the quote. NOTE: All vendors must submit specifications with quote. The following Provisions / Clauses are applicable: The following provisions will be included in the established solicitation, 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors (LOCAL PROVISION 5004); 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://sam.gov. The following FAR clauses apply to this acquisition, 52.204-7 Central Vendor Registration, 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation (Nov 2015), 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016), 52.211-6 Brand Name or Equal, 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011), 52.219-28 Post Award SB Program Representation, 52.217-9 Option to Extend the term of the Contract, 52.219-28 Post Award Small Business Program Representation,52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certification (Oct 2015), 52.232-18 Availability of Funds, 52.232-36 Payment by Third Party; 52.232-39 Unenforceability of Unauthorized obligation; 52.232.40 providing Accelerated payments to Small Business Subcontractors; 52.252-1 Solicitation Provision Incorporated by Reference (Feb 1998), 52.252-2 Clause Incorporated by Reference (Feb 1998), 52.252-5 authorized Deviation in Provision (Apr 1984),52.252-6, Authorized Deviation in Clauses (Apr 1984),, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the award, UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the Unilateral Modifications; The Government may make unilateral modifications considered administrative in nature. Clauses Incorporated by Reference. 52.204-10 reporting Executive Compensation and First -Tier Subcontract Award, 52.211-6 Brand Name or Equal, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.222-54 Employment Eligibility Verification, 52.223-18 Contractor Policy to Ban Tex Messaging While Driving, 52.225-3 Buy American Act-Free Trade, Agreements, 52.225-13 Restriction on Certain Foreign Purchases, 52.228-5 Insurance -Work on Government Installation, 52.233-3 Protest After Award, 52.233-4 Applicable Law For Breach of Contract Claim, 52.236-9 Protection of Existing Vegetation, Structure, Equipment, Utilities, and Improvement, 52.242-13 Bankruptcy. The following DFARS clauses apply, 252.203-7000 Requirements Relating to Compensation of former DOD Officials (Sep 2011); 252-203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013);252-203-7005 Representation relating to Compensation of former DOD Officials (Nov 2011),252.204-7003 Control of Government Personnel Work Products (Apr 1992); 252-204-7008 Compliance with Safeguarding cover Defense Information Control (Deviation 2016-00001(Oct 2015), 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7048 Export Controlled Items ; 252.232-7003, Electronic Submission of Payment Requests, 252-232-7010 Levies on Contract Payment (Dec 2006), 252.244-7000 Subcontracts for Commercial Items and Commercial Components (DOD Contracts)(Jun 2012); 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to submit invoicing through iRAPT, formally known as Wide Area Work Flow (WAWF) electronic invoicing system. Potential contractors must have an active registration in the System for Award Management (SAM's) to be eligible for award. The Sam's internet web site is http://www.sam.gov. This solicitation will closed on 13 September 2017, 1200 a.m. Pacific Standard Time and no other offers/proposals will be accepted after that date/time. Place of Delivery: Madigan Army Medical Center 9040A Fitzsimmons Drive Tacoma, WA. 98431 ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL Contact: Kendre Green, Purchasing Agent, Phone 360-486-0709, Fax 360-486-0787, Email: kendre.m.green.civ@us.army.mil. Contracting Office Address: Regional Health Contracting Office-Pacific JBLM Health Contracting Cell 673 Woodland Square Loop SE Lacey, WA 98503
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W81K02-17-T-0446/listing.html)
- Record
- SN04668042-W 20170910/170908231238-d3ff1dfd28a4a85407cb0d1cee4b6d20 (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 |