Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2017 FBO #5700
SOLICITATION NOTICE

65 -- Zeiss OS SMILE Procedure Pack - J&A Brand Name Only

Notice Date
6/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods 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
N0025917Q0126
 
Archive Date
7/26/2017
 
Point of Contact
John E. Freeman,
 
E-Mail Address
john.e.freeman14.civ@mail.mil
(john.e.freeman14.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Justification and Approval, Brand Name Only This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 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. Naval Medical Center San Diego (NMCSD) has a requirement for fifty (50) each Carl Zeiss (brand name) SMILE procedure packs for use the Carl Zeiss Visumax refractive laser system. This brand name product is essential to the Government's requirement and no other brand name procedure pack can meet the agency's need based on compatibility with the Visumax system.The required procedure packs being used as part of a SMILE research study being conducted at the Refractive Surgery Center. The SMILE procedure packs are necessary to complete the study. The RFQ number is N0025917Q0126. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. 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 339115 and the Small Business Standard is 1000 employees. This is a competitive, unrestricted action. The Small Business Office concurs with the set-aside determination. The Naval Medical Center San Diego (NMCSD) requests responses from qualified sources capable of providing: CLIN 0001: Zeiss OS Smile S Procedure Pack, Item # 000000-1966-728, (10 per pack), 5 each. $__________________/pack $____________________total Delivery must be on or before 21 July 2017; Delivery Location is 2650 Stockton Rd., San Diego, CA 92106. 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 provisions and clauses are applicable to this procurement: 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership or Control of Offeror (July 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.212-1 Instructions to Offerors - Commercial Items [list any addenda to the provision]; Instructions to Offerors -- Commercial Items (Jan 2017) 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; (JAN 2017) 52.212-4 Contract Terms and Conditions - Commercial Items [list any addenda that apply]; (Jan 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial (Jan 2017) 52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553)(Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L. 108-77, 108-78 (19 U.S.C. 3805 note))(Oct 2004) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52-222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) 52.222.50 Combatting Trafficking in Persons (Mar 2015) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer (Jul 2013) Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015) 52.232-18 Availability of Funds (Apr 1984) 52.232-39 - Unenforceability of Unauthorized Obligations (Jan 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.247-34 F.o.b. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 252.203-7000 Requirements Relating To Compensation of Former DoD Officials (Oct 2016) 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Dec 2012) 252.203-7005 Representation Relating To Compensation of Former DoD Officials (Oct 2016) 252.204-7004 Alt A, System for Award Management (Feb 2014) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (Oct 2016) 252.204-7013 Limitations on the Use or Disclosure of Information by Litigation Support Offerors (May 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 (Dec 2016) 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 2016) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Oct 2015) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (May 2014) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) This announcement will close at 0600 hours on 11 July 2017. Contact John Freeman who can be emailed at john.e.freeman14.civ@mail.mil. [Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include: FAR 52.212-2, Evaluation - Commercial Items is 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 factors - a combination of price, technical acceptability, and past performance. Technical acceptability and past performance when combined are more important than price. 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. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0126/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Dr., San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN04565484-W 20170702/170630235327-3330afbc576dad703b4a920133fccfd5 (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.