SOLICITATION NOTICE
65 -- Integrated Operating Room
- Notice Date
- 8/18/2020 6:43:44 AM
- Notice Type
- Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
- ZIP Code
- 45433-5344
- Solicitation Number
- FA8601-20-Q-0093
- Response Due
- 8/21/2020 11:00:00 AM
- Archive Date
- 09/05/2020
- Point of Contact
- Nichole Knell, Phone: 937-522-4501, Shannon Scott
- E-Mail Address
-
angela.knell.1@us.af.mil, shannon.scott.4@us.af.mil
(angela.knell.1@us.af.mil, shannon.scott.4@us.af.mil)
- Description
- AMENDMENT�4 This amendment includes the following attachments: IOR Q AND A Amendment 4 Solicitation Amendment 4 AMENDMENT 3 This amendment includes updated description text regarding FAR 52.204-24 (bolded and italicized�below)�and several attachments: FAR 52.204-24 Representation (for completion) FAR 52.204-25 AFLCMC DRAFT An additional Question and Answer document Solicitation Amendment 3 AMENDMENT 2 This amendment includes several�attachments: Construction IRCA - Construction guidelines Hybrid Room Drawings - Drawing of Hybrid OR S1_005 - OR Booms - Requested Boom specifications Updated Statement of Objectives (changes are in red) Updated�Vendor Requirements and Objectives Questionnaire (changes are in red) IOR Site Visit Questions and Answers� Solicitation Amendment 2 Additional building drawings are available upon request by contacting Nichole Knell via email at angela.knell.1@us.af.mil Any additional questions should be submitted to the POCs no later than�3:00 PM EDT on�August 11,�2020. SOLICITATION � INTEGRATED OPERATING ROOM This solicitation, which is expected to result in the award of a firm-fixed-price contract for an Integrated Operating Room for the Wright Patterson Medical Center 4881 Sugar Maple Drive, WPAFB, OH 45433-5529 as described under the requirements section of this solicitation or accompanying requirements attachments. This solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This will be a competitive FAR Part 13 acquisition using simplified acquisition procedures and is not subject to FAR 15.3 source selection procedures. �Accordingly, the Government is not obligated to state the relative importance assigned to each evaluation factor, determine a competitive range, conduct discussions with all or any Offerors, solicit final proposal revisions, or use other techniques associated with FAR 15.3. �The Contracting Officer reserves the right to conduct Interchanges with one, some, none or all Vendors at its discretion. Only one quote per Vendor will be evaluated, so the submitted quote should contain Vendor�s best offer. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Vendor who submits a quote that:� �� � Quote Content and Submission Vendors are requested to provide quotes for equipment/integration, installation, and at least one (1) year full service standard warranty cost for all products offered. �Quotes shall include line item pricing with full descriptions including common model names. ��� �Detailed information shall be provided for the system components that are being offered along with their capabilities and subsequent limitations. Vendors shall utilize the attached Vendor Requirements and Objectives Questionnaire to explain how the system being offered will meet the Government�s minimum requirements and objectives, if included. Components being offered and their specific capabilities must be commercially available at the time of offer and not in future releases.� ��� �Vendors must provide a quote with the total price including all discounts for the complete package (all equipment, installation, and removal/disposal of existing equipment). Additionally, vendors must submit with their quote a detailed Statement of Work and the completed Vendor Requirements and Objectives Questionnaire (RFQ Attachment #1). This questionnaire will allow vendors to clearly explain how they will meet any of the identified objectives. Failure to provide all documents and full pricing with the quote may result in vendor�s entire quote being removed from consideration. ��� �Vendor shall provide information regarding any current End of Sales (EOS) notifications, End of Service Life (EOSL) notifications, or any plans to end sales/support on equipment being quoted, including equipment to be reutilized, within the next 10 years. �This includes if the vendor will end required on-going Cybersecurity support.� ��� �Quote shall include a narrative that describes your project management approach to include a detailed description of pre-installation, installation, post-installation activities and schedules, vendor configuration management plan, and identify if you are providing a dedicated on-site project manager for the duration of each phase of the project. �The quote shall also include the installation timeframe, from the time the government turns over an operating room until the vendor turns the room back to the government.� ��� �Vendor shall provide a completed copy of the representation at FAR 52.204-24 (see attachment to Amendment 3). Failure to provide a completed copy of the FAR 52.204-24 representation may result in the quote being ineligible for award. �Additionally, a draft version of FAR 52.204-25 is provided for your reference. A finalized version of this clause will be incorporated in the resulting contract, via FAR 52.212-5. At this time, the Government does not intend to pursue waivers on this effort for any vendor that indicates it will provide or use covered telecommunications equipment as described in FAR 52.204-24 and FAR 52.204-25. ��� �The quote, including narrative, referenced above shall be limited to a total of 50 pages (page size 8.5 x 11 inches). Text pages should be single-spaced, no less than 12-point Times New Roman with at least 1-inch margins top and bottom and �-inch side margins. Please do not provide any additional photographs or product brochures (not including the Statement of Work and Vendor Requirements and Objectives Questionnaire) as they will not be used as a basis for evaluation. Evaluation Method and Selection Criteria Best Value Evaluation, to include price and other factors� A best value selection will be made based on the evaluation of the information provided above. �The Air Force is seeking a solution which (as FAR 2.101 defines Best Value) �provides the greatest overall benefit in response to the requirement� across the life of the system and that will result in a better value and investment of public funds to support the Air Force�s mission. This approach may result in an award being made to a higher technically rated, higher-priced vendor where the decision is consistent with the assessment factors and the evaluation team determines that the technical capabilities of the higher-priced vendor outweighs the price difference of those vendors that offer fewer technical capabilities. The Government intends to evaluate the quotes, Attachment #1 (Vendor Requirements and Objectives Questionnaire), and proposed SOWs and award a contract without interchanges with vendors. Therefore, the vendor�s initial quote should contain the vendor�s best terms from a price and technical standpoint. The Government reserves the right to conduct interchanges with one, some, none, or all vendors, if the evaluation team later determines them to be necessary. Cybersecurity:� Cybersecurity will serve as a gate for further evaluation. �All vendors must have a valid ATO or ATO-C to obtain further evaluation of their quote. �Vendors� quotes without an ATO or ATO-C will not be further evaluated. Vendors must provide a copy of their ATO certificate to demonstrate that they possess the ATO or ATO-C. Technical Capability: The technical requirements for this effort are listed in Attachment #1 (Vendor Requirements and Objectives Questionnaire). Technical capability will �be evaluated �based on the vendor�s responses in Attachment 1, the vendor�s quote, and Statement of Work. To be considered for award, a vendor must meet all minimum required items in the questionnaire. To achieve a higher technical rating, a vendor must demonstrate that it meets or exceeds the objective items in the questionnaire. The greater the number of objectives a vendor meets or exceeds will directly correlate to a higher technical rating. All objectives listed in the Vendor Requirements and Objectives Questionnaire will be considered of equal value. Additionally, exceeding minimum requirements may further increase your technical capability rating in the event of a tie among the number of objectives met/exceeded. For example, if Vendor A meets/exceeds 5 objectives and Vendor B meets/exceeds 5 objectives then evaluation of exceeded minimum requirements will be considered in finalizing the overall technical capability rating. Price:� Pricing will be evaluated based on the total price indicated in the vendor�s quote (which includes all equipment costs to meet the Specific Requirements, and objectives, as set forth in RFQ Attachment #2 (SOO) and Vendor Requirements and Objectives Questionnaire, one (1) Year full service Standard Warranty Term (or more if proposed), and turnkey installation. *Please include the total price in the submission email or on a cover page of the quote. Vendors are encouraged to participate in the site visit/walk through on prescribed dates established by the Government. Questions and answers from the site visit, and any changes to the Government�s minimum requirements specified herein, shall be issued in writing to all vendors by the Contracting Officer.� Site walk-through/Quote Submission Instructions ��� �Any additional questions shall be submitted by emailing Nichole Knell at angela.knell.1@us.af.mil.� ��� �WPAFB will be conducting a Site Visit with regards to this solicitation on 28 July 2020. Please RSVP NLT 21 July 2020 by email. The details of the Site Visit will be provided to each vendor via email: Date: � � � �28 July 2020 Time: � � � �9am � 11am EDT Location: �Please meet at the Hope Hotel Parking Lot outside WPAFB Area A, Gate 12A Attendees: Two (2) company representatives per contractor will be granted access. Participation in this Site Visit will be at no cost to the Government. All travel, lodging, and transportation arrangements will be at the expense of the contractor. Installation access to WPAFB and participation in this Site Visit must be coordinated through Shannon Scott and Nichole Knell, by 21 July 2020. Ms. Scott�s and Ms. Knell�s contact information is found below. Requests after the above time may not be accepted. Participation in the Site Visit is not required in order for submission of an offer, and no preference will be given to participants. Answers to submitted questions shall be provided at this time.� To participate in the Site Visit, contact both of the below contacts: Shannon Scott, 937-522-4632, shannon.scott.4@us.af.mil.� Nichole Knell, 937-522-4501, angela.knell.1@us.af.mil Submittal of quotes in response to this solicitation constitutes agreement by the Vendor of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. �It is the Vendor�s responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website https://www.acquisition.gov/. The Government reserves the right to award without interchanges or make no award at all depending upon the quality of quotes received and the price fairness and reasonableness of the quotes received. The solicitation number for this requirement is FA8601-20-Q-0093 and is hereby issued as a Request for Quotes (RFQ) using FAR subpart 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. NAICS Code: 339113 � Institutional Furniture Manufacturing Business Size Standard: �750 Employees Acceptable means of Submission: �All submissions must be submitted electronically to the following email address Angela.Knell.1@us.af.mil by 14 August 2020 2:00 PM EDT. Any correspondence sent via e-mail must contain the subject line �FA8601-20-Q-0093, �Integrated Operating Room� The entire quote and all attachments must be contained in a single e-mail, unless otherwise approved. E-mails with compressed files will not be accepted. �Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). �Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. �If sending attachments with the email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments.� See attached solicitation for applicable clauses. Delivery Schedule: ��� ��� �180 days after contract award Delivery Destination: �� ���4881 Sugar Maple Drive � � � � � � � � � � � � � � � � � � � � � � � � � � ATTN: MERC� � � � � � � � � � � � � � � � � � � � � � � � � � �WPAFB, OH 45433-5529� Delivery Type: �FOB Destination (As defined in FAR 2.101�Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: �Both inspection and acceptance will be by the Government at Destination. The quotations MUST include:� 1. �Company�s name, address, DUNS number, Cage Code, and TIN 2. �Point of contact�s name, phone, and email� 3. �Quotation number & date� 4. �Timeframe that the quote is valid 5. �Individual item prices� 6. �Total price including shipping and installation (Net 30), No Progress Payments 7. �Shipping (FOB Destination) 8. �Delivery Schedule� Important Notice to Contractors: �The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Vendor. �Before price is considered, the quote must meet the technical specifications of this solicitation. Important Notice to Contractors: �All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. �SAM can be accessed at https://www.sam.gov. �Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. �Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. �Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. �Use of the basic system is at no cost to the contractor. �Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. �Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ed665ad80dd046efba731a3deb3c4691/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN05763786-F 20200820/200818230206 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |