Federal Bid

Last Updated on 19 Jan 2017 at 9 AM
Special Notice
Center Kentucky

Terumo Shunt Sensors

Solicitation ID N0025917N0022
Posted Date 15 Dec 2016 at 11 PM
Archive Date 19 Jan 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Center Kentucky United states 34800
This is a COMBINED SOLICITATION/SYNOPSIS for commercial supplies prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial service as described in the schedule below. This solicitation is for 100% small business set-aside.

The proposed contract action is for brand name Terumo consumables - Please see attached justification.

This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N0025917Q0051 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-92.

It is the contractor's responsibility to be familiar with the applicable clauses and provisions referenced herein. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The North American Industry Classification System (NAICS) Code for this acquisition is 339112.

DELIVERY ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Dr, San Diego, CA 92134-5000.

The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose conforming response is determined to provide the best value to the Government, price and non-price factors considered.

The following factors shall be used to evaluate offers.

FACTOR 1: Technical Capability: Must provide Terumo brand consumables to fit the government owned Terumo CDI500 Blood Parameter Monitoring System.

FACTOR 2: Delivery requirements: Supplies must be delivered on the following dates:

13 January 2017
Item # CD1510H - Terumo Shunt Sensor - Deliver One (1) case
Item # 6912 - H/S Cuvette, 1/2"x1/2" - Deliver one (1) case

15 March 2017
Item # CD1510H - Terumo Shunt Sensor - Deliver One (1) case
Item # 6912 - H/S Cuvette, 1/2"x1/2" - Deliver one (1) case

15 May 2017
Item # CD1510H - Terumo Shunt Sensor - Deliver One (1) case
Item # 6912 - H/S Cuvette, 1/2"x1/2" - Deliver one (1) case

14 July 2017
Item # CD1510H - Terumo Shunt Sensor - Deliver One (1) case
Item # 6912 - H/S Cuvette, 1/2"x1/2" - Deliver one (1) case

15 September 2017
Item # CD1510H - Terumo Shunt Sensor - Deliver One (1) case
Item # 6912 - H/S Cuvette, 1/2"x1/2" - Deliver one (1) case

FACTOR 3: Price: The government shall conduct a price evaluation of all technically acceptable offers.

Delivery requirements and past performance, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation.

Description of supplies:
The products MUST be the brand Terumo to fit the Terumo CDI500 Blood Parameter Monitoring System and guarantee functionality.

Item # CD1510H - Terumo Shunt Sensor
Item # 6912 - H/S Cuvette, 1/2"x1/2"


The Government will only consider firm fixed-price quotations.
Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov.
Electronic submission of Quotes: Quotations shall be submitted electronically by email to [email protected], Attention: Tiffanie Sutgrey. Quotations must clearly indicate company's name, address, phone number, cage code and/or DUNS. Email submissions are limited to 5MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 04 January 2017, 8:00 AM, Pacific Time to be considered.


52.204-7 Central Contractor Registration (Jul 2013)
52.204-13 Central Contractor Registration - Maintenance (Jul 2013)
52.204-16 Commercial and Government Entity Code Reporting
52.204-17 Ownership or Control of Offeror
52.209-2 Prohibition on Contracting
52.209-5 Certification Regarding Responsibility Matters
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability
52.212-1 Instruction to Offerors-Commercial Items (Oct 2015)
52.212-2, Evaluation - Commercial Items (Oct 2014), (evaluation factors shown above)
52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2016)
52.212-4 Contract Terms and Conditions-Commercial Items (May 2015)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive
orders-Commercial Items (Mar 2016)

52.203-6 Restrictions on Subcontracting Sales to the Government (Sept 2006)
52.203-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec
2014)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
(Oct 2013)

52.209-6 Protecting the Government's Interest When Subcontracting with
Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)

52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644)

52.222-3 Convict Labor (Jun 2003)

52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2016)

52.222-21 Prohibition of Segregated Facilities (Apr 2015)

52.222-26 Equal Opportunity (Apr 2015)

52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-37 Employment Reports on Veterans
52.222-50 Combating Trafficking in Persons (MAR 2015)
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
52.233-3 Protest After Award (Aug 1996)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)

52.223-5 Pollution Prevention and Right-to-know Information
52.225-25 Prohibition on Contracting with Entities
52.232-18 Availability of Funds
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.237-2 Protection of Government Buildings, Equipment and Vegetation
52.243-1 Changes - Fixed Price
52.247-34 F.O.B Destination
52.252-6 Authorized Deviations in Clauses

AVAILABILITY OF FISCAL YEAR 2017 FUNDS.

THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2017 APPROPRIATION ACT.
THIS ORDER IS ISSUED SUBJECT TO THE 2017 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2016 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. THE CLAUSE 52.232-18 REFERENCED HEREIN APPLIES TO THIS CONTRACT.

52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:

http://farsite.hill.af.mil/
(End of clause)

252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep
2011)
252.203-7005 Representation Relating to Compensation of Former DOD officials
252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal
Confidentiality Agreements.
252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal
Confidentiality Agreements.
252.204-7003 Control of Government Personnel Work Product
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec
2015)
252.204-7012 (Dev) Covered Defense Information and Cyber Incident Reporting (Dec
2015)
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous
Materials
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payment Program (Dec 2014)
252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012)
252.225-7036 Buy American - Free Trade Agreements
252.225-7048 Export-Controlled Items (Jun 2013)
252.232-7003 Electronic Submission of Payment Requests and Receiving Report (Jun
2012)
252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (Provides
information and instructions for submitting invoices-will be filled in with WAWF acceptor on Purchase Order)
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000 Subcontracts for Commercial Items


NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011)

(a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP).

(b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website:

http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/forfo_protection/rapid_gate.html, and popular links.
For more information or to enroll in the NCACS Program, call: 1.877.727.4342.
For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653

(c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP.

 

ntent to Sole Source: Terumo Cardiovascular.
Sole Source Number: N0025917N0022

THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES.

Naval Medical Center San Diego anticipates making a sole source award under Statutory authority 41 U.S.C. 253(c) (1) and FAR 13.106-1(b) (1) (i), only one responsible source, with:

Terumo Cardiovascular Systems
6200 Jackson Road
Ann Harbor, MI, 48103-9586

The above authority is cited and justification made based on the determination that the Government's minimum needs can best be satisfied by supplies available from one source. The objective of this sole source award is to procure shunt sensor supplies. Supplies must be compatible with the Terumo CDI 500 blood parameter monitoring system.
The following materials are required:
5 cases Shunt Sensor - Item# CD1510H
5 Cases Shunt Sensor - H/S Cuvette, ½"x ½" - Item#6912

The NAICS code for this requirement is 339112.
This notice of intent is not a request for competitive quotes; however, interested persons may identify their interest and capability to respond to this requirement. All information received by 8:00 AM Pacific Time on 04 January 2017 may be considered by the Government. Responses shall be submitted to Tiffanie Sutgrey at [email protected]. The email subject line shall state, "Naval Medical Center San Diego, "Sole Source Number N0025917N0022"
"A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government.

NO TELEPHONE REQUESTS WILL BE HONORED

Bid Protests Not Available

Similar Past Bids

Honolulu Hawaii 30 Jul 2010 at 1 PM
Tripler army medical center Hawaii 12 Aug 2016 at 1 AM
Location Unknown 23 May 2019 at 11 PM
Location Unknown 19 Jun 2018 at 3 PM
Center Kentucky 01 May 2014 at 5 PM