Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2021 SAM #7172
SOLICITATION NOTICE

65 -- Medical Supplies

Notice Date
7/19/2021 2:32:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-21-Q-0024
 
Response Due
8/1/2021 8:00:00 PM
 
Archive Date
08/16/2021
 
Point of Contact
Latisha Malone, Phone: 8086560925
 
E-Mail Address
latisha.r.malone.mil@mail.mil
(latisha.r.malone.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis and Solicitation Notice Information Regional Contracting Office � Hawaii The Regional Contracting Office, Hawaii has a requirement for Medical Supplies. � This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation will not be issued.� This is a Request for Quote (RFQ) and the solicitation number is W912CN-21-Q-0024. This is an all-or-none requirement and partial quotes will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the lowest priced responsible offeror whose offer conforms to the requirements as stated in the combined synopsis/solicitation and is most advantageous to the Government based on the criteria listed in the Solicitation.� Only new products will be accepted. The Product Service Code (PSC): �6515 � Medical and Surgical Instruments, Equipment, and Supplies This is a restricted buy and the associated NAICS code is 423450 Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers ���������****** Is being set-aside for 100% for small businesses******* Offerors must be registered in the System for Award Management (SAM) and all responsible sources may submit a quotation which, if timely received, will be considered by the Agency. Invoicing will be required to go through Wide Area Work Flow (WAWF) at https://wawf.eb.mil/. All questions concerning this combined synopsis and solicitation must be directed to Latisha Malone at the below contact information: Phone Number: 808-656-0925 and e-mail latisha.r.malone.mil@mail.mil by 1700 hours Hawaii Standard Time on�August 1, 2021. All answers will be posted sam.gov to this combined synopsis/solicitation. Quotes are due no later than the response date in the posting. Quotes need to include the CAGE code and Tax Identification of the business submitting the quote. Responses/offers shall be submitted electronically, PDF or MS Word Format to: latisha.r.malone.mil@mail.mil. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement.� No telephone requests. All requests must include company name, address, POC name, telephone number, fax number, cage code, Tax ID number, Business size, county and DUNS number. Bid All or None. All products offered must include the technical specifications of the offered item. The ALS Initial Startup Salient Characteristics and Requirement attachments list the quantities, units of measure, description and information of the item being requested. PLEASE SEE ATTACHED SALIENT CHARACTERISTICS AND REQUIREMENT LIST FOR THIS REQUIREMENT Date and place of delivery and acceptance and FOB Origin: No later than 30 days After Date of Contract (ADC) at: Contractor�s facility (Shipping will be coordinate by the customer from the Contractor�s facility when item is ready for delivery).� The�customer's delivery address will be: POHAKULOA TRAINING AREA (PTA) FES ATTN: Gregory Simon HWY 200 MM 36 Hilo, HI 96720 This combined synopsis-solicitation incorporates one or more provisions or clauses by reference, with the same force and effect as if they were given in full text.� The full text of any provision or clause may be accessed electronically at https://www.acquisition.gov/far/index.html and the DOD Class Deviations (CD) which can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html �apply to this combined synopsis/solicitation: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision 52.212-2, Evaluation -- Commercial Items, will be used. See Basis for Award. (a)** Basis for Award: The request for quotation uses streamlined acquisition procedures pursuant to FAR Part 12 and FAR Part 13 as authorized. The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be made to the lowest priced offeror conforming to the salient characteristics. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party.� Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offerors Representations and Certifications � Commercial Item �Alternate 1 FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (52.212-4 (j)(1)) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: ���������� (1) Delivery of the supplies to a carrier, if transportation is f.o.b. origin; applies to the acquisition. 52.247-30 F.O.B. Origin, Contractor�s Facility. As prescribed in 47.303-2(c), insert the following clause in solicitations and contracts when the delivery term is f.o.b. origin, contractor�s facility: F.O.B. Origin, Contractor�s Facility (Feb 2006) ����� (a) The term ""f.o.b. origin, contractor�s facility,"" as used in this clause, means free of expense to the Government delivered on board the indicated type of conveyance of the carrier (or of the Government, if specified) at the designated facility, on the named street or highway, in the city, county, and State from which the shipment will be made. ����� (b) The Contractor shall- ���������� (1) (i) Pack and mark the shipment to comply with contract specifications; or ��������������� (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements to protect the goods and to ensure assessment of the lowest applicable transportation charge; ���������� (2) (i) Order specified carrier equipment when requested by the Government; or ��������������� (ii) If not specified, order appropriate carrier equipment not in excess of capacity to accommodate shipment; ���������� (3) Deliver the shipment in good order and condition to the carrier, and load, stow, trim, block, and/or brace carload or truckload shipment (when loaded by the Contractor) on or in the carrier�s conveyance as required by carrier rules and regulations; ���������� (4) Be responsible for any loss of and/or damage to the goods- ��������������� (i) Occurring before delivery to the carrier; ��������������� (ii) Resulting from improper packing and marking; or ��������������� (iii) Resulting from improper loading, stowing, trimming, blocking, and/or bracing of the shipment, if loaded by the Contractor on or in the carrier�s conveyance; ���������� (5) Complete the Government bill of lading supplied by the ordering agency or, when a Government bill of lading is not supplied, prepare a commercial bill of lading or other transportation receipt. The bill of lading shall show- ��������������� (i) A description of the shipment in terms of the governing freight classification or tariff (or Government rate tender) under which lowest freight rates are applicable; ��������������� (ii) The seals affixed to the conveyance with their serial numbers or other identification; ��������������� (iii) Lengths and capacities of cars or trucks ordered and furnished; ��������������� (iv) Other pertinent information required to effect prompt delivery to the consignee, including name, delivery address, postal address and ZIP code of consignee, routing, etc.; ��������������� (v) Special instructions or annotations requested by the ordering agency for bills of lading; e.g.,""This shipment is the property of, and the freight charges paid to the carrier(s) will be reimbursed by, the Government""; and ��������������� (vi) The signature of the carrier�s agent and the date the shipment is received by the carrier; and ���������� (6) Distribute the copies of the bill of lading, or other transportation receipts, as directed by the ordering agency. (End of clause) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand name or Equal 52.219-6 Notice of Total Small Business Set-Aside 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. (OCT 2015) 52.222-50, Combating Trafficking in Persons (Mar 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) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviation in Clauses The following additional DFARS clauses cited in the clause are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.225-7000 Buy American�Balance of Payments Program Certificate�Basic (NOV 2014) 252.225-7001 Buy American and Balance of Payments Program�Basic (DEC 2017) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7993 (Dev) Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016) (SEP 2015) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea, Basic There are no additional contract requirement(s) or terms and conditions necessary for this acquisition. The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement. Offers will be accepted via email to: latisha.r.malone.mil@mail.mil Offers must be received at this email address inbox no later than 5:00 PM, Hawaii Standard Time on August 1, 2021. Offeror must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov. Contracting Office Address: 742 Santos Dumont Ave. BLDG 108 Wheeler Army Air Field (WAAF) Schofield Barracks, Hawaii 96857 United States Place of Delivery: � POHAKULOA TRAINING AREA (PTA) FES ATTN: Gregory Simon HWY 200 MM 36 Hilo, HI 96720 Primary Point of contact All quotes and inquiries should be addressed to MAJ Latisha Malone by email at latisha.r.malone.mil@mail.mil or by telephone at 808-656-0925 during normal business hours.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3c3b33859243481fa91ec3beb54c4611/view)
 
Place of Performance
Address: Hilo, HI 96720, USA
Zip Code: 96720
Country: USA
 
Record
SN06066058-F 20210721/210719230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.