SOLICITATION NOTICE
65 -- Philip Intellivue Dash Monitor Accessories and Installation for Naval Medical Center San Diego
- Notice Date
- 7/31/2023 1:23:24 PM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- HT941023Q2046
- Response Due
- 8/18/2023 1:00:00 PM
- Archive Date
- 09/02/2023
- Point of Contact
- DON WILLIES, Isaac, Phone: 9513482199, Gilberto Esteves
- E-Mail Address
-
isaac.a.donwillies.civ@health.mil, gilberto.a.esteves.civ@health.mil
(isaac.a.donwillies.civ@health.mil, gilberto.a.esteves.civ@health.mil)
- Description
- NOTICE TO CONTRACTOR This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, in conjunction with FAR Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued. The solicitation number is HT941023Q2046. It is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 effective 06/02/2023 and Defense Federal Acquisition Regulation Supplement (DFARS) change 06/09/2023. The North American Industry Classification System (NAICS) Code for this acquisition is 334510. The size standard is 1250 (# of employees). This solicitation is for Brand Name Only. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. This requirement is for supplies. Defense Health Agency Contracting Activity (DHACA) Western Markets Contracting Division requests responses from qualified sources capable of providing the following: Philip Intellivue Dash Monitor Accessories and Installation: The Dash Monitors assist with patient vital signs and oxygen levels during procedures. Items required: CLIN 0001: ���������������������������� Hook: VHM, M-Series, 4 Hook NUMBER #���������������������������� 989805710228 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 3 Unit of Issue:�������������������������� Each CLIN 0002: ���������������������������� VHM-PL: MX600-850, AD75/85, SA, 9"" DP NUMBER #���������������������������� 989805710340 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 3 Unit of Issue:�������������������������� Each CLIN 0003: ���������������������������� Wall Channel: 19"" Seismic NUMBER #���������������������������� MXU0175 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 1 Unit of Issue:�������������������������� Each CLIN 0004: ���������������������������� Project Management: Foundation NUMBER #���������������������������� 989803208681 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 3 Unit of Issue:�������������������������� Each CLIN 0005: ���������������������������� Labor: Standard Time NUMBER #���������������������������� 989805710138 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 8 Unit of Issue:�������������������������� Each CLIN 0006: ���������������������������� Clin Config & Imp: 1 Standard Shift NUMBER #���������������������������� 989803216591 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 3 Unit of Issue:�������������������������� Each CLIN 0007: ���������������������������� Thermal Array Recorder Module NUMBER #���������������������������� 866336 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each CLIN 0008: ���������������������������� System Cables 0.75m NUMBER #���������������������������� 862453_SC1 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each CLIN 0009: ���������������������������� Adt Orl/Nsl CO2 Line w/O2 Lterm NUMBER #���������������������������� 989803204381 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 1 Unit of Issue:�������������������������� Each CLIN 0010: ���������������������������� Easy Care Cuff, 1 Hose, Adult (1) NUMBER #���������������������������� 989803147871 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each CLIN 0011: ���������������������������� Easy Care Cuff, 1 Hose, Lrg Adult (1) NUMBER #���������������������������� 989803147891 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each CLIN 0012: ���������������������������� Metallic 3 Lead Electrode Set, AAMI NUMBER #���������������������������� 989803156201 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each CLIN 0013: ���������������������������� 3 Lead ECG Trunk, AAMI/IEC 2.7m NUMBER #���������������������������� 989803145071 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each CLIN 0014: ���������������������������� 3 Leadset, Grabber, AAMI, ICU NUMBER #���������������������������� 989803145091 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each CLIN 0015: ���������������������������� 3 Lead ECG Trunk, AAMI/IEC 2.7m NUMBER #���������������������������� 989803145071 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each CLIN 0016: ���������������������������� 5 Leadset, Grabber, AAMI, ICU NUMBER #���������������������������� 989803125841 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each CLIN 0017: ���������������������������� 10 Lead ECG Trunk AAMI/IEC 2m NUMBER #���������������������������� 989803144791 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each CLIN 0018: ���������������������������� 5 Leadset, Grabber,Chest, AAMI,ICU NUMBER #���������������������������� 989803125881 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each CLIN 0019: ���������������������������� Adult NIBP Air Hose 3.0m NUMBER #���������������������������� 989803104341 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each CLIN 0020: ���������������������������� rainbowSET 10' Cable For LNCS NUMBER #���������������������������� 989803186501 Location:�������������������������������� Navy Medicine Readiness and Training Command San Diego Delivery Date: ������������������������ September 15, 2023 Quantity:��������������������������������� 4 Unit of Issue:�������������������������� Each Delivery/Acceptance Location: Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134 DEFENSE BIOMETRIC IDENTIFICATION SYSTEM (DBIDS) DBIDS is the current system for access control verification and management for the Department of Defense (DoD). DBIDS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: https://www.cnic.navy.mil/Operations-and-Management/Base-Support/DBIDS/ For more information or to enroll in the DBIDS Program, call: 1 (202) 433-4784. For the Naval Base San Diego Pass and ID Office, call: 1 (619) 556-7467 or 1 (619) 556-1652. To pre-enroll for a DBIDS card, visit https://dbids-global.dmdc.mil/enroll#!/. Pre-enrolling will help expedite your processing time. Vendors, contractors, suppliers, and other service providers shall present their pass upon entry at the entry control point (ECP). This acquisition incorporates by reference the following FAR provisions and clauses:� 52.204-7 �������� System for Award Management (Oct 2018) 52.204-13 ������� System for Award Management Maintenance (Oct 2018) 52.204-16 ������� Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 ������� Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-19 ������� Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20������� Predecessor of Offeror (Aug 2020) 52.204-21 ������� Basic Safeguarding of Covered Contractor Information Systems (Nov 2021) 52.204-24������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) Only complete if not already completed in SAM 52.204-26 ������� Covered Telecommunications Equipment or Services-Representation (Oct 2020) Only complete if not already completed in SAM 52.212-3 �������� Offeror Representations and Certifications�Commercial Products and Commercial Services (DEVIATION 2023-O0002) (Dec 2022), Alternate I (Oct 2014) 52.212-4 �������� Contract Terms and Conditions�Commercial Products and Commercial Services (Dec 2022) 52.232-39������� Unenforceability of Unauthorized Obligations (Jun 2013) The following additional DFARS provisions and clauses applicable to this acquisition are incorporated by reference:� 252.203-7000 � Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 � Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 � Representation Relating to Compensation of Former DoD Officials (Sep 2022) 252.204-7003 � Control of Government Personnel Work Product (Apr 1992) 252.204-7008 � Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7015 � Notice of Authorized Disclosure of Information for Litigation Support (Jan 2023) 252.204-7016 � Covered Defense Telecommunications Equipment or Services�Representation (Dec 2019) 252.204-7017 � Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021) 252.204-7018 � Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) 252.204-7024 � Notice on the Use of the Supplier Performance Risk System (Mar 2023) 252.211-7003 � Item Unique Identification and Valuation (Jan 2023) 252.211-7008 � Use of Government-Assigned Serial Numbers (Sep 2010) 252.223-7008 � Prohibition of Hexavalent Chromium (Jan 2023) 252.225-7002 � Qualifying Country Sources as Subcontractors (Mar 2022) 252.225-7036 � Buy American�Free Trade Agreements�Balance of Payments Program� Alternate I (Jan 2023) 252.225-7048 � Export-Controlled Items (Jun 2013) 252.225-7055 � Representation Regarding Business Operations with the Maduro Regime (May 2022) 252.225-7056 � Prohibition Regarding Business Operations with the Maduro Regime (Jan 2023) 252.225-7059 � Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region�Certification (Dec 2022) 252.225-7060 � Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (Jan 2023) 252.232-7003 � Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 � Wide Area WorkFlow Payment Instructions (Jan 2023) 252.232-7010 � Levies on Contract Payments (Dec 2006) 252.244-7000 � Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jan 2023) 252.247-7023 � Transportation of Supplies by Sea�Basic (Jan 2023) The following FAR provisions and clauses incorporated by full text apply to this acquisition: 52.212-1 INSTRUCTIONS TO OFFERORS�COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023) ����� (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition� ���������� (1) Is set aside for small business and has a value above the simplified acquisition threshold; ���������� (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or ���������� (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. ����� (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show� ���������� (1) The solicitation number; ���������� (2) The time specified in the solicitation for receipt of offers; ���������� (3) The name, address, and telephone number of the offeror; ���������� (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; ���������� (5) Terms of any express warranty; ���������� (6) Price and any discount terms; ���������� (7) ""Remit to"" address, if different than mailing address; ���������� (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); ���������� (9) Acknowledgment of Solicitation Amendments; ���������� (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and ���������� (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ����� (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. ����� (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender�s request and expense, unless they are destroyed during preaward testing. ����� (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. ����� (f) Late submissions, modifications, revisions, and withdrawals of offers. ����������� (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. ���������� (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ""late"" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- �������������������� (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or �������������������� (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government�s control prior to the time set for receipt of offers; or ��������������� �����(C) If this solicitation is a request for proposals, it was the only proposal received. ��������������� (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. ���������� (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. ���������� (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. ���������� (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. ����� (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. ����� (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. ����� (i) Availability of requirements documents cited in the solicitation. ���������� (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L�Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. ��������������� (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. ���������� (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ��������������� (i) ASSIST (https://assist.dla.mil/online/start/). ��� ������������(ii) Quick Search (http://quicksearch.dla.mil/). ���������� (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- ��������������� (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); ��������������� (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or ��������������� (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. ���������� (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. ����� (j) Unique entity identifier. (Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. ����� (k) [Reserved] ����� (l) Debriefing. If a post-award debriefing is given to requesting offerors, other factors considered. The following factors shall be used to evaluate quotes: (1) Technical Capability (2) Delivery requirement (3) Price Technical Capability will be rated on an Acceptable/Unacceptable basis, and meeting delivery requirements will be equally important as price. ����� (b) 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. Addendum to FAR 52.212-2, Evaluation�Commercial Products and Commercial Services The following is inserted as new paragraph (d) of the provision: ����� (d) EVALUATION FACTORS FOR AWARD Contract award shall be made on a �Delivery requirement Price Tradeoff� basis. This process allows for a tradeoff between Delivery Requirement and price. This allows the Government to accept other than the lowest priced quote or other than the highest rated quote to achieve a best-value contract award. This may result in an award to a higher-rated, higher-priced quote if the Government determines that meeting delivery schedule of the higher-priced quote outweighs the price difference. The selection process is subjective by nature and professional judgment is implicit throughout the tradeoff process. The Quoter�s technical capability will be evaluated to determine if it is acceptable or unacceptable in accordance with the evaluation criteria stated in this RFQ. If a Quoter�s technical capability is determined to be unacceptable, the Quoter will no longer be considered for award. Award will be made to the Quoter providing a quote that is deemed most advantageous to the Government, whose technical capability has been determined to be �Acceptable� and tradi...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4843f1f863224f71b5caf8ffe4cfb3e4/view)
- Place of Performance
- Address: San Diego, CA 92134, USA
- Zip Code: 92134
- Country: USA
- Zip Code: 92134
- Record
- SN06770446-F 20230802/230731230050 (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 |