Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2017 FBO #5699
MODIFICATION

65 -- Custom Perfusion Pack

Notice Date
6/29/2017
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
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
N0025917Q0123
 
Archive Date
7/27/2017
 
Point of Contact
UYEN THUY TRAN, Phone: 6195328149
 
E-Mail Address
uyen.t.tran6.civ@mail.mil
(uyen.t.tran6.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is N0025917Q0123. It is issued as a Request for Quotation (RFQ). This is an unrestricted solicitation. The North American Industry Classification System (NAICS) Code for this acquisition is 339113. The size standard is 750. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far and www.acq.osd.mil. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95. NMCSD requires the following brand name item as identified. Vendors quotes shall include documentation and literature specifying performance parameters of the product being offered to include; manufacturer name, part number, and specifications. The contractor shall provide the following: CLIN 0001: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price Date Material Required: on or before 24 July, 2017 CLIN 1001: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1002: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1003: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1004: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1005: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1006: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1007: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1008: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1009: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1010: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1011: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1012: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1013: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1014: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. CLIN 1015: Custom Perfusion Pack; Item ID: 044038100 Quantity: 10 Each; Price This option quantity may be exercised, as needed, in accordance with FAR 52.217-7, between the award date of this order and 24 July 2019 as a delivery schedule cannot be determined at the time of award. A specified delivery date will be determined at the time of execution. Delivery Address: 34800Bob Wilson Drive San Diego, CA 92134-5000 This acquisition incorporates the following FAR clauses: 52.212-1 Instruction to Offerors-Commercial Item (OCT 2015) Submission of Offer: Submit dated quotation to the following email address: Contract Specialist uyen.t.tran6.civ@mail.mil at or before the exact time specified in this solicitation. Quotations must be submitted on the letterhead stationery. As a minimum, quotations must show: 1.) The solicitation number; 2.) The time specified in the solicitation for receipt of quotations; 3.) The name, address, and telephone number of the quoter; 4.) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. 5.) Price and any discount terms; 6.) "Remit to" address, if different than mailing address; Proposals are limited to 12 pages which includes price quote for the requested items. All proposals will be evaluated only on the basis established in this solicitation. Offeror shall submit the required technical evaluation factors with technical capability, delivery, and price as requested. Include unit price details/extended price details for each item. The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes must be good for 45 calendar days after close of RFQ. 52.212-2 Evaluation - Commercial Items (OCT 2014) The following factors to be used to evaluate offers: FACTOR 1: Technical Capability - the contractor's ability to meet the Government's salient characteristics as stated above. FACTOR 2: Delivery Schedule and Shipping Terms: Delivery Schedule is defined as the lead time necessary to receive the product by the delivery date requested and Shipping Terms is defined as the ability to provide the shipping terms requested. Shipping costs should be included as part of unit cost for each CLIN. FACTOR 3: Price - The Government shall conduct a price evaluation of all technical acceptable price offers. Technical capability and delivery, when combined, are more important than price. 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.204-16 - Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 - Commercial and Government Entity Code Maintenance (JUL 2016) 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.211-17 Delivery of Excess Quantities (SEP 1989) 52.212-1 Instruction to Offerors-Commercial Item (OCT 2015) 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (FEB 2016) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.217-6 Option for Increased Quantity (MAR 1989) 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and certifications (OCT 2015) 52.232-18 Availability of Funds (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business (Nov 1991) 52.247-34 F.O.B Destination (Sep 2011) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 252.203-7002 Requirement of Inform Employees of Whistleblower Rights (SEP 2013) 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 (DEV) (OCT 2015) 252.204-7011 Alternative Line Item Structure (SEP 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (DEV) (OCT 2015) 252.204-7015 Notice of Authorized Disclosure of Information of Litigation (May 2016) 252.225-7001 Buy American and Balance of Payments Program (JUN 2012) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012) 225.225-7036 Buy American-Free Trade Agreement-Balance of Payments Program-Basic (DEC 2016) 252.225-7048 Export Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 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) AVAILABILITY OF FISCAL YEAR 2017 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2017 APPROPRIATION ACT. THIS ORDER IS ISSUED SUBJECT TO THE 2017 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2016 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. THE CLAUSE 52.232-18 REFERENCED HEREIN APPLIES TO THIS CONTRACT. Quotations will be evaluated based on technical capability, delivery, and price. Technical capability and delivery when combined are more important than price. The Government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2013). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering Systems (DUNS) number provided by Dunn and Bradstreet is required to register. The website address for SAM registration is https://sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to uyen.t.tran6.civ@mail.mil. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 12 July 2017, 7:00 AM PST. JUSTIFICATION FOR BRAND NAME 1. Description of supplies/services. The cardiothoracic department requires consumables compatible with the Sorin S5 heart and lung machine units currently in use at Naval Medical Center San Diego. The consumable items needed are: 1) A single use disposable custom perfusion pack designed for the heart and lung machine currently used. Must contain an oxygenator, filters, connectors, transducer, AV loop, suckers, vents and cone; must be coated with a biocompatible coating. 2) A single use disposable rotating vaned impeller centrifugal pump coated with phosphorylcholine, using magnetic and hydrodynamic forces to impel blood through the heart and lung machine. 3) Tubing should circumvent heater cooler system to be in FDA compliance. 2. Demonstration of contractor's unique qualifications. Custom perfusion pack that meets all of the requirements of the Cardiothoracic Surgery Team here at NMCSD. Pack is compatible with the current Sorin Heart and Lung unit used here. The custom perfusion pack includes all of the following; oxygenator, filters, connectors, transducer, AV loop, suckers, vents, and cone, all of which are coated with a biocompatible coating. The pack also includes a single use disposable rotating vaned impeller centrifugal pump coated with phosphorylcholine which uses magnetic and hydrodynamic forces to move blood through the heart and lung machine. This centrifugal pump is also compatible with the heart and lung machine we currently use. The pack also has tubing that circumvents the heater cooler system. This is required to be in FDA compliance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0123/listing.html)
 
Place of Performance
Address: NAVAL MEDICAL CENTER SAN DIEGO, 34800 BOB WILSON DR., SAN DIEGO, California, 92134, United States
Zip Code: 92134
 
Record
SN04562192-W 20170701/170629234904-1f9b7a1cb0a9e358991ce8b88090f238 (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.