SOLICITATION NOTICE
65 -- CAP Compliant Document Control System for Laboratory Department at Naval Medical Center San Diego
- Notice Date
- 8/31/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-16-T-0215
- Archive Date
- 9/30/2016
- Point of Contact
- Margaret H. Babbitt, Phone: 6195328060, Arnold B. Reyes, Phone: 6195328076
- E-Mail Address
-
margaret.h.babbitt.civ@mail.mil, arnold.b.reyes2.civ@mail.mil
(margaret.h.babbitt.civ@mail.mil, arnold.b.reyes2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on FEDBIZOPPS (www.fbo.gov). The RFQ number is N00259-16-T-0215. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-90 and DFARS Publication Notice 20160830. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 511210 and the Small Business Standard is $38.5 million. The proposed contract is 100% set aside for small business concerns. The Laboratory Department at Naval Medical Center San Diego requests responses from qualified sources capable of providing a document control system that meets the College of American Pathologists (CAP) requirements for continued accreditation: CLIN 0001: Exam Simulator (MLS, MT, MLT): 5 Seats CLIN 0002: Histology Compliance & CE for 50 users: 1 Year CLIN 0003: CACMLE Microbiology Course for 25 users: 1 Year CLIN 0004: CACMLE Blood Banking/Immunohematology Courses for 25 user: 1 Year CLIN 0005: Inspection Preparation Function for up to 10 CLIA numbers: 1 Year CLIN 0006: Histology Exam Simulator (HT, HTL): 2 Seats CLIN 0007: Document Control for 300 users: 1 Year CLIN 0008: Compliance & CE for 300 users: 1 Year CLIN 0009: While Blood Cell Differential Simulator for 100 users: 1 Each CLIN 0010: Advanced White Blood Cell Differential Simulator for 50 users: 1 Each Period of performance is 01 October, 2016 - 30 September 2017 with up to four (4) additional option years to provide coverage until September, 2021; Delivery Location is Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA, 92134. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-17 Delivery of Excess Quantities 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6 Notice of Total Small Business Aside 52.219-28 Post Award Small Business Program Rerepresentation 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 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer- System for Award Management 52.239-1 Privacy or Security Safeguards 52.217-5 Evaluation of Options 52.217-6 Option for Increased Quantity 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-1 ALT 1 Small Business Program Representations 52.222-35 Equal Opportunity for Veterans 52.227-19 Commercial Computer Software License 52.237-3 Continuity of Services 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012(DEV) Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.211-7003 Item Unique Identification and Valuation 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Compliance With Local Labor Laws (Overseas) 252.225-7036 Buy American-Free Trade Agreements-Balance of Payments 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.239-7000 Protection Against Compromising Emanations 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 2:00 pm Pacific Time on Thursday, September 15, 2016. Contact Margaret Babbitt who can be reached at 619-532-8060 or margaret.h.babbitt.civ@mail.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of price, delivery, a determination of responsibility and technical acceptability. System for Award Management (SAM). Quoters 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0215/listing.html)
- Place of Performance
- Address: Naval Medical Center San Diego, 34800 Bob Wilson Dr, San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN04248773-W 20160902/160831235307-244243693b699c9272bc2e0c8115792b (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 |