This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as an "Unrestricted " procurement (no set-aside).
The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, N68094-14-T-0059, as a Request for Quote (RFQ) or Offers using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is "339112", with a small business standard of "500" employees.
The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76 effective August 25, 2014 and Defense Federal Acquisition Regulation Supplement DPN 20140828 effective August 28, 2014.
DESCRIPTION OF ITEMS/SERVICES: All CLIN's F.O.B. Destination.
CLIN 0001 : 14G CorMARK Biopsy Site Identifier BOWTIE Shape)
Quantity Unit of Issue Unit Price Extended Price
1 BX tiny_mce_marker______________ tiny_mce_marker___________________
Manufacturer: MAMMOTOME
MFR Part No: MAM3014
CLIN 0002 : 8G Mammotome ST Probe
Quantity Unit of Issue Unit Price Extended Price
5 BX tiny_mce_marker______________ tiny_mce_marker___________________
Manufacturer: MAMMOTOME
MFR Part No: MST8
CLIN 0003 : 8G Disposable Probe Guide for Lorad & Fischer
Quantity Unit of Issue Unit Price Extended Price
1 BX tiny_mce_marker_______________ tiny_mce_marker___________________
Manufacturer: MAMMOTOME
MFR Part No: G08LF
CLIN 0004 : Mammotome Vacuum Set (use with HH and ST Probe)
Quantity Unit of Issue Unit Price Extended Price
5 BX tiny_mce_marker_______________ tiny_mce_marker___________________
Manufacturer: MAMMOTOME
MFR Part No: MVAC1
CLIN 0005 : 8G MammoStar Biopsy Site Identifier (BARBELL Shape)
Quantity Unit of Issue Unit Price Extended Price
1 BX tiny_mce_marker_______________ tiny_mce_marker___________________
Manufacturer: MAMMOTOME
MFR Part No: STAR0801
CLIN 0006 : MammoMARK Biopsy Site Identifier (use with 8G Mammotome Probe)
Quantity Unit of Issue Unit Price Extended Price
1 BX tiny_mce_marker_______________ tiny_mce_marker___________________
Manufacturer: MAMMOTOME
MFR Part No: MAM3008
CLIN 0007 : MammoSTAR 14G Petite Biopsy Site Identifier
Quantity Unit of Issue Unit Price Extended Price
2 BX tiny_mce_marker_______________ tiny_mce_marker___________________
Manufacturer: MAMMOTOME
MFR Part No: STAR1403
CLIN 0008 : 8G, 115mm Length Mammotome MR Universal Biopsy Procedure Kit
Quantity Unit of Issue Unit Price Extended Price
3 EA tiny_mce_marker_______________ tiny_mce_marker___________________
Manufacturer: MAMMOTOME
MFR Part No: MUK303
CLIN 0009 : 8G, 145mm Length Mammotome MR Biopsy Procedure Kit
Quantity Unit of Issue Unit Price Extended Price
2 EA tiny_mce_marker_______________ tiny_mce_marker___________________
Manufacturer: MAMMOTOME
MFR Part No: MUK304
TOTAL PRICE: tiny_mce_marker________________________
DELIVERY DATE(S): September 30, 2014
PLACE OF DELIVERY:
Naval Hospital Camp Pendleton
Alfonzia Edge
Receiving
Bldg: H-135
Camp Pendleton, 92055-5191
TEL: 760-725-1251
Responses/quotes MUST be received no later than September 13, 2014; 9:30AM (Pacific Daylight Time). ). Forward responses by e-mail to [email protected] or fax to 760-725-1485. Due to technical issues, please allow additional time if you're using electronic means.
Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/
APPLICABLE FAR CLAUSES:
(1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (APR2014):
(2) FAR 52.212-2: Evaluation - Commercial Items (JAN1999): Award will be made to the responsible contractor whose offer represents the lowest priced technically acceptable offer using the following evaluation criteria:
(a) Technical Capability: Meets Brand Name Government requirement/specifications as identified within each CLIN. For supplies and equipment the Government will consider offers/quotes only from "authorized resellers/distributors" of the offered manufacturers.
(b) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.
(c) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance.
Past Performance Evaluation Ratings
Rating Description
Acceptable Based 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.
Unacceptable Based on the offeror's performance record, the
Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.
(3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAY2014) or indication that offeror representations and certifications are in System for Award Management (SAM).
(4) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (MAY2014)
(5) FAR 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (JUN2014)
OTHER CLAUSES, TERMS, AND CONDITIONS:
INVOICING INSTRUCTIONS - MANDATORY:
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
(a) Definitions. As used in this clause--
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall--
(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
INVOICE AND RECEIVING REPORT COMBO
-----------------------------------------------------------------------
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
DESTINATION / DESTINATION
-----------------------------------------------------------------------
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC HQ0248
Issue By DoDAAC N68094
Admin DoDAAC N68094
Inspect By DoDAAC N/A
Ship To Code N/A
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) N/A
Service Acceptor (DoDAAC) N/A
Accept at Other DoDAAC N/A
LPO DoDAAC N68094
DCAA Auditor DoDAAC N/A
Other DoDAAC(s) N/A
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.
WAWF Acceptor/COR Email Address: [email protected]
-----------------------------------------------------------------------
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
[email protected]
-----------------------------------------------------------------------
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)