Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2017 FBO #5544
SOLICITATION NOTICE

65 -- Individual First Aid Kits

Notice Date
1/25/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Strategic Systems Programs, 1250 10th Street, SE, Suite 3600, Washington, DC, District of Columbia, 20374-5127, United States
 
ZIP Code
20374-5127
 
Solicitation Number
N6470917T0022
 
Archive Date
2/25/2017
 
Point of Contact
Miguel A. Belardo, Phone: 9125733625
 
E-Mail Address
miguel.belardo@swflant.navy.mil
(miguel.belardo@swflant.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is 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 solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number is N6470917T0022; this solicitation is a request for quotation (RFQ). This notice is for 100% Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 339113, size standard 500. The Federal Supply Class (FSC) is 6545. SWFLANT, Naval Submarine Base Kings Bay has a requirement for 500 each Individual First Aid Kits (IFAKS), NSN 6545-01-539-2732. Kit includes: (1) Trauma Kit (6545-01-539-2740), (1) Minor First Aid Kit (6545-01-539-2737), (2) CAT Tourniquet #30-0001 with Red End (6515-01-521-7976), (2) CAT Carrier Pouch Coyote Solution Dye (6515-01-599-6735), (1) USMC Pouch IFAK Solution Dye Coyote (6545-01-539-2734). ***Quotes evaluation method will be Lowest Price Technically Acceptable (LPTA).*** Delivery Address: SWFLANT, 1150 USS Los Angeles Road, SWSSW Bldg. 6003, Kings Bay, GA 31547. Delivery within 30 days after acceptance of contract. FOB point - Destination. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: 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 JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.212-1 Instructions to Offerors--Commercial Items OCT 2016 52.212-2 Evaluation - Commercial Items OCT 2014 52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2001 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-18 Place of Manufacture MAR 2015 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. OCT 2015 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987 52.244-6 Subcontracts for Commercial Items DEC 2016 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-6 Authorized Deviations In Clauses APR 1984 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Aug 2016) AUG 2016 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card DEC 2006 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (DEC 2016) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2016) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.233-4, Applicable Law for Breach of Contracts; FAR 52.252-2, Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6, Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2.; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.247-7023, Alt III Transportation of Supplies by Sea; DFARS 252.212-7001, (Dev) Contract Terms and Conditions; AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substance Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.212-1 ADDENDUM: Instructions to Offerors - Commercial Items SWFLANT requests a Firm-Fixed-Price (FFP) quote by 10 February 2017 at 12:00 PM to provide the supplies described in this notice. The Government may consider late quotes. Contractors responding to this request must furnish a quote as described below. Quotes shall contain the following: 1. Price quote: Provide a FFP quote for all required supplies and/or services. Any costs related to credit card fees (see paragraph 6 below), delivery costs, and handling costs, as applicable, shall be included. 2. Travel Expenses. If travel is required in support of this requirement, the contractor shall include a detailed Basis of Estimate (BOE) that is priced in accordance with the Joint Federal Travel Regulations (JFTR). Each component of the proposed travel expense shall clearly identify the date(s), location(s), duration(s), quantity of personnel, and cost for the proposed travel. 3. Specifications: Provide all specifications for the products to be provided and a statement regarding whether or not the quoter is an authorized reseller of the products identified in the RFQ, if applicable. 4. Quote Cover Letter: Provide the name, title, telephone number, and e-mail address of the company/division point of contact that can contractually obligate your company. Also, identify those individuals authorized to negotiate with the Government. Lastly, provide the company name, street address, and Data Universal Numbers System (DUNS) number. 5. Exceptions to the RFQ: Identify any exceptions taken with the RFQ content and the rationale for the exceptions to the RFQ, to include any terms or conditions applicable to payment by Government Commercial Purchase Card (GCPC), if GCPC is identified as the method of payment in the RFQ. NOTE: Exceptions to the RFQ may render the quote noncompliant and ineligible for award. 6. Government Commercial Purchase Card (GCPC) as Method of Payment. If the RFQ identifies use of the GCPC as the method of payment, all offerors shall discretely identify and include any associated charges in their quote and shall utilize Wide Area Work Flow (WAWF) as the mandatory method of invoice submittal and receiving report in accordance with DFARS 232.7002 & 232.7003. Proposals shall be e-mailed directly to miguel.belardo@swflant.navy.mil, the sole designated e-mail address and inbox for submission and receipt of quotes or proposals. No other electronic means of submission, used in whole or in combination with e-mail, is permitted. E-mail quotes or proposals shall be in either Adobe or Microsoft Office format. Offerors are advised that the Government may be unable to receive other types of electronic files (e.g.,.zip files) or files in excess of 20 megabytes. Unless offeror proposes a shorter period, by submission of an offer, the offeror agrees that its offer, including any timely revisions thereto, shall remain valid until the Government makes award under this solicitation. The foregoing does not preclude an offeror from withdrawing its offer prior to award. FAR 52.212-2 ADDENDUM: Evaluation- Commercial Items The Government shall issue a purchase order resulting from this RFQ to the responsible quoter whose quote, conforming to the RFQ, represents the Lowest-Priced-Technically-Acceptable (LPTA) quote. Technical acceptability will be based on: 1. All items requested in the RFQ are included in the quote and meet the stated specifications, and 2. The Offeror confirms it is an authorized reseller of the products identified, if applicable. Award will be made contingent upon the Bilateral signature of the parties. The Government reserves the right to award on an all or none basis. Please send offers to; Miguel.Belardo@swflant.navy.mil or fax to 912-573-4274 NO LATER THAN 10 February 2017, 12:00 PM, EST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N6470917T0022/listing.html)
 
Place of Performance
Address: 1150 USS Los Angeles Road, SWSSW, Bldg. 6003, Kings Bay, Georgia, 31547, United States
Zip Code: 31547
 
Record
SN04381115-W 20170127/170125234916-4392b5ae06f237df29e3b418d47296b0 (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.