Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2022 SAM #7579
SOLICITATION NOTICE

65 -- Ophthalmic Ultrasound Platform with Probes

Notice Date
8/29/2022 4:54:36 PM
 
Notice Type
Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
FA5000 673 CONS LGC JBER AK 99506-2501 USA
 
ZIP Code
99506-2501
 
Solicitation Number
FA500022Q0066
 
Response Due
9/2/2022 5:00:00 PM
 
Archive Date
09/17/2022
 
Point of Contact
A1C James Barton, Phone: 9075525448, Courtney Becerril, Phone: 9075520194
 
E-Mail Address
james.barton.18@us.af.mil, courtney.becerril.1@us.af.mil
(james.barton.18@us.af.mil, courtney.becerril.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment - Responses to RFIs have been added to the attachments section as a separate document. --- COMBINED SYNOPSIS/SOLICIATION 673rd CONS �(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 13.105 and FAR 13.106, 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. (ii) Solicitation FM500021540134 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07, effective 10 AUG 2022. The DFARS provisions and clauses are those effective 23 JUN 2022. The AFFARS provisions and clauses are those in effect to AFAC 2021-0726, effective 01 JUL 2022. (iv) This requirement is solicited under 100% Small Business Set-Asside competition. The North American Industrial Classification System (NAICS) code associated with this procurement is 339113 with a small business size standard of 750 employees. (v) The Pricing Schedule is incorporated as Appendix 1. Vendors shall complete Appendix 1 in its entirety and return with any other documentation/data as required by this synopsis/solicitation. (vi) The government intends to award a firm-fixed price contract for the following: See Attachment 1: Pricing Schedule (vii) Delivery Date: Delivery of all items shall be made no later 120 days after contract award. (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Nov 2021) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the quote, the vendors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the specific characteristics of this solicitation.� 2. Specific Instructions:� The response shall consist of two (2) separate parts: a. Part 1- Price � Submit one (1) copy of the pricing schedule to include all applicable shipping and any additional cost to complete the purchase. b. Part 2- Technical Summary � Submit one (1) copy of the product(s) to be delivered with specifications that clearly demonstrate adherence to the specific characteristics (Attachment 1) �3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price. (End of Provision) (ix) FAR 52.212-2 Evaluation -- Commercial Items (Nov 2021) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: ����������� (i) Technical Acceptability (ii) Price (b) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote�s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Nov 2021), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Nov 2021), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5 (REF for BELOW), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Items (Jan 2022), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services Nov 2021 FAR 52.217-5 Evaluation of Options Jul 1990 FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside Sep 2021 FAR 52.219-28 Post-Award Small Business Program Representation Sep 2021 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan 2022 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-36 Equal Opportunity for Workers with Disabilities Jun 2020 FAR 52.222-50 Combating Trafficking in Persons Nov 2021 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Jun 2020 FAR 52.225-13 Restrictions on Certain Foreign Purchases Feb 2021 FAR 52.225-18 Place of Manufacture Jan 2022 FAR 52.232-29 Terms for Financing of Purchases of Commercial Products and Commercial Services Nov 2021 FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Oct 2018 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Dec 2019 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors May 2016 DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2013 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.225-7012 Preference for Certain Domestic Commodities Dec 2017 DFARS 252.225-7048 Export-Controlled Items Jun 2013 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.244-7000 Subcontracts for Commercial Items Jan 2021 DFARS 252.247-7023 Transportation of Supplies by Sea--Basic Feb 2019 Clause Incorporated by Full Text 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): https://www.acquisition.gov/ (End of Clause) 252.232-7006�Wide Area WorkFlow Payment Instructions. As prescribed in�232.7004�(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) (a)�Definitions.�As used in this clause� �Department of Defense Activity Address Code (DoDAAC)� is a six position code that uniquely identifies a unit, activity, or organization. �Document type� means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). �Local processing office (LPO)� is the office responsible for payment certification when payment certification is done external to the entitlement system. �Payment request� and �receiving report� are defined in the clause at�252.232-7003�, Electronic Submission of Payment Requests and Receiving Reports. (b)�Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS)�252.232-7003�, Electronic Submission of Payment Requests and Receiving Reports. (c)�WAWF access. To access WAWF, the Contractor shall� (1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d)�WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the �Web Based Training� link on the WAWF home page at https://wawf.eb.mil/ (e)�WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f)�WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order: (1)�Document type. The Contractor shall submit payment requests using the following document type(s): (i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher. (ii) For fixed price line items� (A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer. Combo (B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer. N/A (iii) For customary progress payments based on costs incurred, submit a progress payment request. (iv) For performance-based payments, submit a performance based payment request. (v) For commercial item financing, submit a commercial item financing request. (2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract. (3)�Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF���������������������������������� Data to be entered in WAWF ��� Pay Official DoDAAC���������������������������������� F67100 Issue By DoDAAC��������������������������������������� FA5000 Admin DoDAAC**�������������������������������������� FA5000 Inspect By DoDAAC������������������������������������ FM5000 Ship To Code������������������������������������������������ FM5000 (4)�Payment request.�The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable. (5)�Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F. (g)�WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity�s WAWF point of contact. 673CONS.LGCC@us.af.mil (2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed. (End of clause) AFFARS 5352.201-9101 PACAF Ombudsman (Oct 2019) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman: AFICC/KH (Chief Enlisted Manager) 25 E Street, Suite B-100 JBPH-H, HI 96853-5427 Phone: (808) 449-8569 FAX: (808) 449-8571 e-mail: afica.kh@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman: Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060 Phone number: (571) 256-2395 FAX number: (571) 256-2431 (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) (xiii) No additional contract requirements apply to this acquisition. (xiv) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. (xv) NOTICE TO ALL INTERESTED PARTIES: Please forward all questions to A1C James Barton no later than 4:00 p.m. Alaska Standard Time on 25 August 2022. A site visit will not be conducted for this requirement. An amendment will be issued answering all questions received, providing the Government�s answers. Quotes are due no later than 4:00 p.m. Alaska Daylight Time on 02 September 2022 via email to james.barton.18@us.af.mil. Quotes shall include the following: Part 1- Price � Submit one (1) copy of price schedule Part 2- Technical Summary � Submit one (1) copy of the product(s) to be delivered with specifications that clearly demonstrate adherence to the Specific Characteristics (xvi) Questions shall be submitted to: 673d Contracting Squadron PKC, A1C James Barton. E-mail: james.barton.18@us.af.mil Comm: (907) 552-5448 Amendment 1: Extend quote due date to 4:00 p.m. Alaska Daylight Time 02 September 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cca7f1a21b1349108c923aba995eb0ba/view)
 
Place of Performance
Address: JBER, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN06445048-F 20220831/220829230132 (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.