Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

10 -- Bulk Oxygen/Cylinders Supply

Notice Date
9/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ11R0101
 
Response Due
9/21/2011
 
Archive Date
11/20/2011
 
Point of Contact
Keith Andrews, (757) 314-7500
 
E-Mail Address
Medcom Contracting Center North Atlantic
(keith.andrews@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and the intent is to award a purchase order for providing the supply and service. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This requirement is open and competitive. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is a request for competitive proposals. All proposals received prior to 21 Sep 2011, 1400 EST. will be considered by the Government. Proposals may be submitted to Keith Andrews at keith.andrews@amedd.army.mil or by Fax (757) 314-7802. The North American Industrial Classification System Code is 325120. (Size Standard: 1000 employees). The items required are: (See Attachments) Section SF 1449 - CONTINUATION SHEET ADDITIONAL DATA THIS CONTRACT IS SUBJECT TO AVAILABILITY OF CONGRESS ENACTING FY12 FUNDS. FAR Clause 52.232-18 "Availability of Funds" (Apr 1984) of this contract applies. Funds will be added to the contract by Modification when funds are made available. CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 ADDENDUM TO 52.212-4 52.203-3 Gratuities APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-54 Employment Eligibility Verification JAN 2009 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Contractor Policy to Ban Text Messaging While Driving SEP 2010 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-18 Availability Of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.232-36 Payment by Third Party FEB 2010 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program DEC 2010 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) 252.237-7010 252.237-7019Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (DEVIATION) 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 ADDENDUM TO 52.212-1 Para (b) Submission of Offers. The following supplements this paragraph with respect to the information and documents required for submission in response to this solicitation: (1) ELECTRONIC OFFERS. Offerors may submit electronic offers in response to this solicitation. The offer must arrive by the time specified in the solicitation to the following email address: keith.andrews@amedd.army.mil (2) Offerors must request verification by email to Keith Andrews to confirm that their proposal was received by the time specified in the solicitation. The Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the emailed offer. (3) The Government intends to award a firm fixed-price supply contract Accordingly, offerors are instructed to insure that their offered rates DO NOT include costs associated with medical malpractice liability insurance. Offerors must quote a firm-fixed price for each Contract Line Item. (4) Any questions with respect to the solicitation shall be submitted by 20 Sep, 2011. Telephone calls will not be accepted nor responded to. Responses will be emailed to all interested bidders. (5) PROCESS FOR AWARD. Award will be made to the Lowest PriceTechnically Acceptable offeror with an acceptable record of past performance. The Contracting Officer intends to award without discussions, but reserves the right to do so in his or her sole discretion. (6). The Government reserves the right to reject a proposal if the offeror misrepresents or withholds past performance information or information regarding its certifications or business condition, or its capability to perform the requirements of this contract. (7). BASIS FOR AWARD. The Government will make a Lowest PriceTechnically Acceptable award consistent with the evaluation criteria discussed in the FAR 52.212-2 and the Addendum to FAR 52.212-2. (8). SUBMISSION OF OFFERS. The solicitation should be completed, signed and received at this office not later than the date/time specified in Block 8 of the solicitation (Standard Form [SF] 1449). Please note that your offer must include all of the following information. Submit proposal in three separate parts as follows: PART I:TECHNICAL INFORMATION. The offeror shall demonstrate their operating plan for maintaining and ensuring the functionality of the instrument, training and validation procedures, and system software and upgrade procedures. The Contractor shall be responsible for ensuring that the quality of service and materials provided under this contract meet or exceed industry standards. PART II: PAST PERFORMANCE. Offeror is required to submit information, on a single page, identifying federal, state and local government and private contracts performed within the past three years, which are similar in scope, type of work, and complexity to the effort described in this solicitation. If none, offeror should so state and provide information on references. All offerors must submit a copy of the past performance questionnaire, located in Attachment 4, to each individual listed in the past performance proposal. The questionnaire should be emailed directly to keith.andrews@amedd.army.mil or faxed directly to Keith Andrews, (757) 314-7802. The offeror should instruct POCs not to send a copy back to the offeror, but to the POC listed on the questionnaire. Information provided by the contractor shall state: a) The type of service provided, (should be similar to services being requested) b) Name, telephone and fax numbers of a point of contact in the administering contracting office, -award/contract number, the term of the contract, number, the total amount, and number and types of personnel furnished. The government will contact the offeror's sources as part of its past performance assessment. The government is not responsible for the failure of any source to respond to a request for a past performance assessment on a timely basis. PART III: PRICE. If the prices are the same for each contract period, provide one schedule and state that the schedule applies to all contract periods. The information provided in this schedule will be used to assist in the price analysis described in EVALUATION OF THE PROPOSED PRICES, in ADDENDUM TO FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS. Please submit the following: a)Price Schedule- (Base and option years). DO NOT round figures in the pricing schedule. b)Complete and sign SF 1449, page 1, Blocks 17a & b, 30a, b & c. c) Signed amendments (if any). d)Representations and Certifications found at FAR 52.209-7, 52.212-3 Alt 1, and DFAR 252.212-7000 e)Contingency Plan (DFARS 252.237-7024) MUST be completed. Para (g) Contract award. This is amended to provide that the Government may conduct discussions prior to contract award at its sole discretion. Para (j) Data Universal Numbering System (DUNS) / CAGE Code. The offeror shall obtain these said Codes and submit them to Contracting Center. Registration in the Central Contractor Registration (CCR) and the Online Representations and Certifications, if you are a US firm. Award cannot and shall not be made to an offeror without these codes. Para (m) Proposal Preparation Costs. The Government will not pay any costs incurred in the submission of an offer, in making any necessary studies for the preparation thereof, or for any visit(s) the Contracting Officer may request for the purpose of clarification of the offer. Para (n) The offeror is responsible for ensuring that its proposal is complete. The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of any stated claims. The proposal shall not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to perform the requirement. Offerors shall assume that the government has no prior knowledge of their experience and will base its evaluation solely on the information presented in the offeror's proposal. Para (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. www.acquisition.gov 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. SEP 2010 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005) HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (6 May 10) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) ADDENDUM TO 52.212-2 Paragraph (a) is hereby replaced with the following: The Government will evaluate each proposal strictly in accordance with its contents. A proposal that is unrealistic in terms of technical quality or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risks of the contractual requirements. Such proposals may be determined unacceptable. Prior to being considered for award, an offeror shall fully demonstrate that it possesses the capabilities which the Government has determined essential to the reliable, efficient and timely accomplishment of the required services. Technical acceptability will be determined through an evaluation of the offeror's compliance with the product descriptions listed in this solicitation. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. Evaluation Factors. The following factors will be evaluated: Technical, Price, Past Performance Factor 1: Technical. Acceptable- To receive this rating, the offeror shall present a proposal that clearly and comprehensively addresses the technical factor. The offeror shall provide sufficient details for the Government to determine whether the proposal satisfactorily meets the minimum requirements of this solicitation. The proposal shall clearly demonstrate that the offeror fully understands and is capable of performing the requirement for the total proposed price indicated in its proposal. Unacceptable - This rating will be assessed on any offeror that presents a proposal that demonstrates any of the following: 1. Fails to clearly and comprehensively the technical evaluation factors. 2. Fails to clearly demonstrate that the offeror fully understands and is technically capable to provide the requirements at its total proposed price. Factor 2. Price Pricing will be evaluated for realism and the extent to which it is fair and reasonable in terms of the Government's requirements. The Government is interested in proposals that meet the requirements with acceptable risk, at a fair and reasonable price. Factor 3. PAST PERFORMANCE. Offeror is required to submit information, on a single page, identifying federal, state and local government and private contracts performed within the past three years, which are similar in scope, type of work, and complexity to the effort described in this solicitation. If none, offeror should so state and provide information on references. The Past performances are contained in the Performance Work Statement in Technical Exhibit 4 and should be emailed directly to keith.andrews@amedd.army.mil or faxed directly to Keith Andrews, (757) 314-7802. The offeror should instruct POCs not to send a copy back to the offeror, but to the POC listed on the questionnaire. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (APR 2011) ALTERNATE I (APR 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ11R0101/listing.html)
 
Place of Performance
Address: McDonald Army Health Center 576 Jefferson Ave Fort Eustis VA
Zip Code: 23604
 
Record
SN02578014-W 20110917/110915235543-7555824c1c0cf496bc5dd1821a1a2891 (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.