Justification: Under the authority of FAR 13.106-1(b)(1), Sole source justification is based on Coloplast Corporation having proprietary ownership and distributorship of needed implants.
This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-15-T-0299. The solicitation documents and incorporates provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83.
It is the contractor's responsibility to be familiar with the applicable clauses and provisions. Both clauses and provisions may be accessed in full test at this address: https://farsite.hill.af.mil/VFFARa.htm . The associated North American Industrial Classification System (NAICS) code for this procurement is 339112; size standard of 500 employees.
DELIVERY ADDRESS: Naval Medical Center San Diego; 34800 Bob Wilson Drive; San Diego, CA 92134-5000
Electronic submission of Quotes: Quotations shall be submitted electronically by email to [email protected] . Email submissions are limited to 2MB. The submitter should confirm receipt of email submissions. Quotations are due on or before September 4, 2015; 11:00AM Eastern Daylight Time to be considered responsive.
MFR: COLOPLAST CORPORATION
CLIN 0001: MFR Part#: ER8125; 125 Reservoir; Qty: 0003; U/I: EA; U/P: ____________
CLIN 0002: MFR Part#: 519170; Assembly Kit; Qty: 0003; U/I: CS; U/P: ____________
CLIN 0003: MFR Part#: 9480SNC; Titan Narrow Assembly Kit; Qty: 0003; U/I: CS; U/P: ____________
CLIN 0004: MFR Part#: 9914SC-9928SC; Cylinders; Qty: 0003; U/I: CS; U/P: ____________
CLIN 0005: MFR Part#: 519300; RTE Kit; Qty: 0003; U/I: CS; U/P: ____________
CLIN 0006: MFR Part#: TLC; Wilson Retractor; Qty: 0003; U/I: CS; U/P: ____________
The following FAR provisions and clauses are applicable to this procurement:
52.204-7 System for Award Management (JUL 2013)
52.204-13 System for Award Management (JUL 2013
52.212-1 Instruction to Offerors-Commercial Item (APR 2014)
52.212-2 Evaluation-Commercial Items (OCT 2014)
52.212-3 Offeror Representations and Certification-Commercial Items (MAR 2015)
52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (MAR 2015)
52.222-3 Convict Labor (JUN 2007)
52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-26 Equal Opportunity (MAR 2007)
52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (JUL 2014)
52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014)
52.222-37 Employment Reports on Veterans (July 2014) (38 U.S.C. 4212)
52.222-50 Combating Trafficking in Persons (FEB 2009)
52.223-18 Encouraging Contractor Policies 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-System for Award Management (JUL 2013)
52.232-36 Payment by Third Party (MAY 1999)
52.233-3 Protest after Award (AUG 1996)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.252-2 Clauses Incorporated by Reference (FEB 1998)
252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-O0010) (FEB 2015)
252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-O0010) (FEB 2015)
252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2014)
252.225-7001 Buy American Act and Balance of Payments Program (NOV 2014)
252.225-7002 Qualifying Country Sources as Subcontractors (DEC 2012)
252.232-7003 Electronic Submission of Payment Request (JUN 2012)
252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013
Quotations will be evaluated based on (1) Technical capability of the items offered to meet the Government requirement; (2) Delivery; and (3) Price. Technical capability and Delivery when combined are more important than price. Award will be made on an "all or none" basis. The government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2015). Offeror must be registered to the System for Management Awards. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register.