Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2018 FBO #6134
SOLICITATION NOTICE

65 -- Hill-Rom Liko Mobile and Overhead Lift and Lift Transfer Technology - Statement of Work

Notice Date
9/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
18-011374
 
Archive Date
10/2/2018
 
Point of Contact
Michael L. Falzone, Phone: 3015943886
 
E-Mail Address
michael.falzone@nih.gov
(michael.falzone@nih.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Statement of Work Solicitation Number: 18-011374 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is set aside for Service Disabled Veteran Owned Small Businesses only. (ii) The solicitation number is 18-011374 and the solicitation is issued as a request for quote (RFQ). Offerors shall submit their quotes no later than 11:00 a.m. p.m. Eastern Standard Time(EST) on Monday September 17, 2018. (iii) The solicitation document, the incorporated provisions and clauses are those in the Federal Acquisition Circular 2005-99-1, effective July 16, 2018. (iv) The associated North American Industry Classification System (NAICS) code for this procurement is 339112 and the small business size standard is 1,000 employees. The acquisition is being conducted in accordance with the procedures of FAR Part 12. PURPOSE: The purpose of this requirement is for the vendor to provide Hill-Rom Liko mobile and overhead lift and lift transfer technology to select high acuity inpatient clinical care locations. (v) Background: The National Institutes of Health Clinical Center, Building 10, 9000 Rockville Pike, Bethesda, Maryland 20892. The CC's Safe Patient Handling Task force requires expansion of the overhead and mobile lift program to meet the growing clinical need and to be able to safely and efficiently turn, lift, and move clinically challenged patients not capable of independent motor movement. CONTRACTOR REQUIREMENTS: See Attachment Number 1, Statement of Work (vi) Period of Performance: 90 days after award (vii) The provision FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and is hereby incorporated by reference. (viii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition and is hereby incorporated by reference. Quotes will be evaluated in accordance with FAR 52.212-2. Technical is more important than price. Technical capability will evaluated based on meeting or exceeding the requirement in the Statement of Work. Past performance will be evaluated on 3 references. Price will be evaluated on a fair and reasonable basis. Options will be evaluated in accordance with FAR Clause 52.217-5, Evaluation of Options. (ix) In accordance with FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. (x) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. Offerors shall submit their questions no later than 11:00 a.m., Eastern Standard Time (EST) on Monday September 10, 2018. Offerors shall submit their quotations no later than 11:00 a.m., Eastern Standard Time (EST) on Monday September 17, 2018. The quote must reference the Solicitation Number: 18-011374. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Quotes must be emailed to the Contract Specialist, Michael Falzone at Michael.falzone@nih.gov. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed proposals will NOT be accepted. PROVISIONS AND CLAUSES ADDENDUM TO 52.212-4 (u) The non-FAR Part 12 discretionary FAR, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. CLAUSES INCORPORATED BY REFERENCE 52.209-10Prohibition on Contracting with Inverted DomesticNOV 2015 CLAUSES INCORPORATED BY FULL TEXT 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Addendum to FAR 52.212-1, Proposal Preparation Instructions FAR 52.212-1 is hereby amended to reflect the changes shown below as to the specific paragraph revised. (1) ELECTRONIC OFFERS. The offeror shall submit electronic offers in response to this solicitation unless otherwise specified herein. The offer must arrive by the time specified in the solicitation to the following email address: Michael.falzone@nih.gov. (2) PROCESS FOR AWARD. Award will be made to the Offeror consistent with the evaluation criteria discussed at FAR 52.212-2 and Addendum to FAR 52.212-2. (3) BASIS FOR AWARD. Award will be made to the offeror that proposes: a technical proposal conforming to the requirements of the solicitation; has an acceptable record of past performance; its price is determined to be fair and reasonable by the contracting officer; and the contracting officer determines the offeror is responsible in accordance with FAR Part 9. (4) The Government may reject a proposal if it is found that any information that has a negative impact on the offeror's past performance record has been deleted, misrepresented, or withheld. (5) Offers shall remain valid for a period of 90 days from the date offers are due. •Contract Line Item Numbers (CLINS). Provide pricing for each CLIN. •Copy of Schedule Contract and terms and conditions, if applicable QUOTATION COMPOSITION: PART I: TECHNICAL FACTOR 1: TECHNICAL CAPABILITY - The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make, and model. With respect to "or equal" submissions, the burden is upon the offeror to demonstrate in its technical proposal and the technical literature submitted that its product meets all salient characteristics. The Government will not make any assumptions regarding the acceptability of any "or equal" product submitted for evaluation. The offeror must demonstrate that its proposed equipment meets the Government Brand Name or "equal" requirement by providing a citation to the relevant section of its technical description or product literature. Offeror shall provide evidence that they are an authorized distributor/reseller to provide the item(s). For "or equal" submissions, the offeror shall address all salient characteristics and provide adequate documentation to demonstrate that the equipment submitted complies with all solicitation requirements. Additionally, Offerors shall provide evidence of the following: Proof to distribute/Resell as authorized distributor/reseller to provide the item(s) by submitting documentation from the manufacture (if applicable); No prototypes, demonstration models, used or refurbished equipment will be considered. Failure to provide proof to distribute/resell the original manufacture's equipment may cause your offer to be rejected and not considered further for award. PART II: PAST PERFORMANCE. Offerors shall submit past performance information on 3 recent and relevant contracts (within the past three years from the date of the solicitation. References may include performance on contracts for Federal, State and local Governments as well as private commercial firms of similar size and scope. Section 1 - Contract Description Information: PART III: PRICE. Offerors shall provide pricing for all item/s specified in this solicitation. Offeror shall provide pricing in accordance with its current established Federal Schedule and any additional discounts. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: See Addendum to 52.212-2 (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ADDENDUM TO 52.212-2 Paragraph (a) is hereby supplemented with the following: Contract Evaluation and Award: Basis of Award - This solicitation will use lowest price technical evaluation procedures to make an award decision. Award will be made to the responsible vendor that provides the lowest price, technically acceptable offer and has an acceptable record of past performance. It is anticipated that the award will result in a firm fixed price contract. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate offers and award a contract without discussions. Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. Evaluation Factors. The following factors will be evaluated: Technical Capability - Factor 1. Technical Capability reflects the Government's confidence in each offeror's ability, as demonstrated in its offer, to provide the requirements as stated in this solicitation. The Government will evaluate whether the offeror has demonstrated that its proposed equipment and services satisfies the requirements stated in Attachment 1 and Attachment 2. The following adjectival ratings will be used in evaluating each offeror's technical offer. TECHNICAL EVALUATION RATINGDESCRIPTION AcceptableOffer clearly meets the requirements of the solicitation. UnacceptableOffer does not clearly meet the requirements of the solicitation. Note: Any offeror receiving a rating of "Unacceptable" for Technical Capability will no longer be considered for award. Past Performance - Factor 2. The past performance evaluation results is an assessment of the offeror's probability of meeting the minimum past performance solicitation requirements as identified in Quotation Submission, Section 2, Past Performance- Factor 2. This assessment is based on the offeror's record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. Offerors are cautioned that in conducting present and past performance evaluations, the Government may use data provided in the offeror's offer, any other source available to the Government and data obtained from other sources to include, but not limited, to data independently obtained from other Government and commercial sources. After the Government has evaluated Offerors' past performance for recency and relevancy, the Government will evaluate Quality of Performance (how well the contractor has performed on contracts). The Government will assign an Unknown /Neutral rating, meaning the rating is treated neither favorably nor unfavorably, to Offerors with no recent/relevant past performance record or the offeror's performance record is not available or the information is inadequate such that no meaningful confidence assessment rating can be reasonably assigned. In this context: •"Recency" - To be recent, some portion of the performance effort must have occurred within 3 years from the date of issuance of this solicitation. •"Relevancy" - Relevant performance includes products or services that are the same or similar in scope, magnitude and complexity to the effort described in the solicitation. Products or services which are similar in size, scope magnitude and complexity include those products or services that are sold to Federal, State, or Local governments as well as private commercial firms. The following ratings will be used in evaluating each offeror's past performance. PAST PERFORMANCE EVALUATION RATINGDESCRIPTION AcceptableBased on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) UnacceptableBased on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have "unknown" past performance. In the context acceptability/unacceptability, "unknown" shall be considered "acceptable." Price - Factor 3. Offeror's proposed price will be evaluated for reasonableness. (End of Addendum)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/18-011374/listing.html)
 
Place of Performance
Address: 10 Center Dr., Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05079292-W 20180909/180907231528-0120f2aa59331e95c723721a9b2cfdc6 (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.