Bio-Rad laboratories, Inc. Reagemts
NOTICE TO CONTRACTOR This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this ... NOTICE TO CONTRACTOR This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is N0025919Q0035. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The North American Industry Classification System (NAICS) Code for this acquisition is 325412. The size standard is 1250 (# of employees). This solicitation is a Brand Name. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. Naval Medical Center San Diego (NMCSD) requests responses from qualified sources capable of providing the following reagents: Only quotations for Bio-Rad Laboratories, Inc. (DBA: Bio-Rad Diagnostics Division) products will be accepted, products must be brand name specific. LOCATION: Naval Branch Health Clinic Kaneohe Bay Apple Balibrea-Grube NBHC MCBH Kaneohe Bay RX D Street, Bldg. 3 MCBH Kaneohe Bay HI 96863. CLIN 0001: HB A1C LIN LYPH 4X0.5ML CAT#12000070 Quantity: 2 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0002: Diabetes lvls 1 LIQ 6X1ML CAT#171 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0003: Diabetes lvls 2 LIQ 6X1ML CAT#172 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0004: IA PLUS TRI LIQ 12X5ML CAT#360 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0005: MULTIQUAL ASSAYED lvls 1 LIQ 12X3ML CAT#694 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0006: MULTIQUAL ASSAYED lvls 2 LIQ 12X3ML CAT#695 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0007: MULTIQUAL ASSAYED lvls 3 LIQ 12X3ML CAT#696 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0008: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 LOCATION: Naval Health Clinic Hawaii HQ Apple Balibrea-Gruber Bldg. 1407 Makalapa Dr. LAB Department JBPHH HI 96860. CLIN 0009: HB A1C LIN LYPH 4X0.5ML CAT#12000070 Quantity: 2 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0010: Diabetes lvls 1 LIQ 6X1ML CAT#171 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0011: Diabetes lvls 2 LIQ 6X1ML CAT#172 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0012: IA PLUS TRI LIQ 12X5ML CAT#360 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0013: MULTIQUAL ASSAYED lvls 1 LIQ 12X3ML CAT#694 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0014: MULTIQUAL ASSAYED lvls 2 LIQ 12X3ML CAT#695 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0015: MULTIQUAL ASSAYED lvls 3 LIQ 12X3ML CAT#696 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0016: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 0017: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 LOCATION: Naval Branch Health Clinic Kaneohe Bay Apple Balibrea-Grube NBHC MCBH Kaneohe Bay RX D Street, Bldg. 3 MCBH Kaneohe Bay HI 96863. CLIN 1001: HB A1C LIN LYPH 4X0.5ML CAT#12000070 Quantity: 2 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1002: Diabetes lvls 1 LIQ 6X1ML CAT#171 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1003: Diabetes lvls 2 LIQ 6X1ML CAT#172 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1004: IA PLUS TRI LIQ 12X5ML CAT#360 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1005: MULTIQUAL ASSAYED lvls 1 LIQ 12X3ML CAT#694 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1006: MULTIQUAL ASSAYED lvls 2 LIQ 12X3ML CAT#695 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1007: MULTIQUAL ASSAYED lvls 3 LIQ 12X3ML CAT#696 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1008: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 LOCATION: Naval Health Clinic Hawaii HQ Apple Balibrea-Gruber Bldg. 1407 Makalapa Dr. LAB Department JBPHH HI 96860. CLIN 1009: HB A1C LIN LYPH 4X0.5ML CAT#12000070 Quantity: 2 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1010: Diabetes lvls 1 LIQ 6X1ML CAT#171 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1011: Diabetes lvls 2 LIQ 6X1ML CAT#172 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1012: IA PLUS TRI LIQ 12X5ML CAT#360 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1013: MULTIQUAL ASSAYED lvls 1 LIQ 12X3ML CAT#694 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1014: MULTIQUAL ASSAYED lvls 2 LIQ 12X3ML CAT#695 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1015: MULTIQUAL ASSAYED lvls 3 LIQ 12X3ML CAT#696 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1016: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 1017: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 LOCATION: Naval Branch Health Clinic Kaneohe Bay Apple Balibrea-Grube NBHC MCBH Kaneohe Bay RX D Street, Bldg. 3 MCBH Kaneohe Bay HI 96863. CLIN 2001: HB A1C LIN LYPH 4X0.5ML CAT#12000070 Quantity: 2 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2002: Diabetes lvls 1 LIQ 6X1ML CAT#171 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2003: Diabetes lvls 2 LIQ 6X1ML CAT#172 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2004: IA PLUS TRI LIQ 12X5ML CAT#360 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2005: MULTIQUAL ASSAYED lvls 1 LIQ 12X3ML CAT#694 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2006: MULTIQUAL ASSAYED lvls 2 LIQ 12X3ML CAT#695 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2007: MULTIQUAL ASSAYED lvls 3 LIQ 12X3ML CAT#696 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2008: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 LOCATION: Naval Health Clinic Hawaii HQ Apple Balibrea-Gruber Bldg. 1407 Makalapa Dr. LAB Department JBPHH HI 96860. CLIN 2009: HB A1C LIN LYPH 4X0.5ML CAT#12000070 Quantity: 2 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2010: Diabetes lvls 1 LIQ 6X1ML CAT#171 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2011: Diabetes lvls 2 LIQ 6X1ML CAT#172 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2012: IA PLUS TRI LIQ 12X5ML CAT#360 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2013: MULTIQUAL ASSAYED lvls 1 LIQ 12X3ML CAT#694 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2014: MULTIQUAL ASSAYED lvls 2 LIQ 12X3ML CAT#695 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2015: MULTIQUAL ASSAYED lvls 3 LIQ 12X3ML CAT#696 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2016: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 2017: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 LOCATION: Naval Branch Health Clinic Kaneohe Bay Apple Balibrea-Grube NBHC MCBH Kaneohe Bay RX D Street, Bldg. 3 MCBH Kaneohe Bay HI 96863. CLIN 3001: HB A1C LIN LYPH 4X0.5ML CAT#12000070 Quantity: 2 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3002: Diabetes lvls 1 LIQ 6X1ML CAT#171 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3003: Diabetes lvls 2 LIQ 6X1ML CAT#172 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3004: IA PLUS TRI LIQ 12X5ML CAT#360 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3005: MULTIQUAL ASSAYED lvls 1 LIQ 12X3ML CAT#694 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3006: MULTIQUAL ASSAYED lvls 2 LIQ 12X3ML CAT#695 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3007: MULTIQUAL ASSAYED lvls 3 LIQ 12X3ML CAT#696 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3008: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 LOCATION: Naval Health Clinic Hawaii HQ Apple Balibrea-Gruber Bldg. 1407 Makalapa Dr. LAB Department JBPHH HI 96860. CLIN 3009: HB A1C LIN LYPH 4X0.5ML CAT#12000070 Quantity: 2 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3010: Diabetes lvls 1 LIQ 6X1ML CAT#171 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3011: Diabetes lvls 2 LIQ 6X1ML CAT#172 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3012: IA PLUS TRI LIQ 12X5ML CAT#360 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3013: MULTIQUAL ASSAYED lvls 1 LIQ 12X3ML CAT#694 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3014: MULTIQUAL ASSAYED lvls 2 LIQ 12X3ML CAT#695 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3015: MULTIQUAL ASSAYED lvls 3 LIQ 12X3ML CAT#696 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3016: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 3017: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 LOCATION: Naval Branch Health Clinic Kaneohe Bay Apple Balibrea-Grube NBHC MCBH Kaneohe Bay RX D Street, Bldg. 3 MCBH Kaneohe Bay HI 96863. CLIN 4001: HB A1C LIN LYPH 4X0.5ML CAT#12000070 Quantity: 2 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4002: Diabetes lvls 1 LIQ 6X1ML CAT#171 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4003: Diabetes lvls 2 LIQ 6X1ML CAT#172 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4004: IA PLUS TRI LIQ 12X5ML CAT#360 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4005: MULTIQUAL ASSAYED lvls 1 LIQ 12X3ML CAT#694 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4006: MULTIQUAL ASSAYED lvls 2 LIQ 12X3ML CAT#695 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4007: MULTIQUAL ASSAYED lvls 3 LIQ 12X3ML CAT#696 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4008: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 LOCATION: Naval Health Clinic Hawaii HQ Apple Balibrea-Gruber Bldg. 1407 Makalapa Dr. LAB Department JBPHH HI 96860. CLIN 4009: HB A1C LIN LYPH 4X0.5ML CAT#12000070 Quantity: 2 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4010: Diabetes lvls 1 LIQ 6X1ML CAT#171 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4011: Diabetes lvls 2 LIQ 6X1ML CAT#172 Quantity: 16 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4012: IA PLUS TRI LIQ 12X5ML CAT#360 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4013: MULTIQUAL ASSAYED lvls 1 LIQ 12X3ML CAT#694 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4014: MULTIQUAL ASSAYED lvls 2 LIQ 12X3ML CAT#695 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4015: MULTIQUAL ASSAYED lvls 3 LIQ 12X3ML CAT#696 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4016: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 12 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 CLIN 4017: QUANTIFY PLUS LIQ BI 4X120ML CAT#962 Quantity: 10 Unit of Issue: Box Price: __________ Date Material Required: 12-Apr-2019 Delivery/Acceptance location is Naval Branch Health Clinic Kaneohe Bay Apple Balibrea-Grube NBHC MCBH Kaneohe Bay RX D Street, Bldg. 3 MCBH Kaneohe Bay HI 96863 for CLIN(s) 00001 through 0008. Delivery/acceptance location is Naval Health Clinic Hawaii HQ Apple Balibrea-Gruber Bldg. 1407 Makalapa Dr. LAB Department JBPHH HI 96860 for CLIN(s) 0009 through 0017. FBO Destination: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. DEFENSE BIOMETRIC IDENTIFICATION SYSTEM (DBIDS) (a) In accordance with CNICMEMO dated May 5, 2017, individuals currently using an NCACS credential for Installation access are required to switch to a DBIDS no later than 14 August 2017. After 14 August 2017, the NCACS credential will no longer be valid for access to Navy Installations. (b) NCACS users may visit the local Navy Installation Visitor Control Center to obtain a DBIDS credential. To ensure uninterrupted Installation access, current NCACS credential holders are encouraged to shift to the DBIDS credential as soon as possible as Navy does not have the ability to extend this deadline. There are no fees incurred by the contractor, vendor, or supplier to obtain a DBIDS credential. (c) Individuals who apply for NCACS credentials during the period of 17 April through 31 May 2017 must also obtain DBIDS credentials. NCACS credentials issued after 17 April 2017 will no longer be accepted without an accompanying DBIDS credential for Navy Installation access. (d) DBIDS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: https://www.cnic.navy.mil/om/dbids.html For more information or to enroll in the DBIDS Program call: 1.202.433.4784. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 For Marine Corp Air Command Combat Center 29 Palms, Security Pass and Decal Office, call: 1.760.830.7700 For Naval Air Station Lemoore, Security Pass and Decal, call: 1-559- 998-4786 (e) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. This acquisition incorporates by reference the following FAR provisions and clauses: 52.204-7 - System for Award Management 52.204-13 - System for Award Management Maintenance 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Nov 2017) Contractors are reminded to either include a completed copy of 52.212-3 and its ALT I with quotes, or alternatively, the provision can also be submitted at https://www.sam.gov. 52.212-4 - Contract Terms and Conditions -- Commercial Items (Jan 2017) 52.217-5 - Evaluation of Options (Jul 1990) 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.211-7003 Item Unique Identification and Valuation (MAR 2016) 252.211-7008 Use of Government-Assigned Serial Numbers (SEP 2010) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7000 Buy American--Balance of Payments Program Certificate-Basic (NOV 2014) 252.225-7001 Buy American and Balance of Payments Program (DEC 2017) 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments Program Certificate-Basic (NOV 2014) 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program-Basic (DEC 2017) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions (MAY 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.246-7003 Notification of Potential Safety Issues (JUN 2013) 252.246-7008 Sources of Electronic Parts (MAY 2018) 252.247-7023 Transportation of Supplies by Sea-Basic (APR 2014) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following clauses incorporated by full text apply to the solicitation: The provision at FAR 52.212-1 applies to this acquisition. Addendum to FAR 52.212-1: FAR 52.212-1 is replaced in its entirety by this addendum: Instructions to Quoters-Commercial Items (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in the first paragraph of this combined synopsis/solicitation. However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. ( b ) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations must be submitted as specified in the solicitation. As a minimum, quotations must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted 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 FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter 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) Quotation must include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. ( c ) Reserved. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. 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 testing. (e) Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Late submissions. (1) Quoters are responsible for submitting quotations 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 quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations 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 quotations 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. (g) Issuance of purchase order. Quotations should contain the quoter's best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government's choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government's choice and will not use the formal source selection procedures described in FAR part 15. (h) Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. (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/). (iii) ASSISTdocs.com (http://assistdocs.com). (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) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the quoter's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of a quotation, the quoter acknowledges the requirement that a prospective contractor shall be registered in the SAM database prior to purchase order issuance, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to issue the purchase order to the next otherwise successful registered quoter. Quoters may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Performance, and Price. FACTOR 1: Technical Capability; defined as the ability of the products to meet the salient characteristics needed. FACTOR 2: Past Performance; provide two (2) references with the point of contact name, telephone number, address, and contract number, for which you have provided the same or similar services within the last 3 years. Past performance will be evaluated based on references and information from authorized government past performance systems and resources. FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with acceptable or neutral past performance. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] ____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Nov 2016) of 52.219-9. ____ (iii) Alternate II (Nov 2016) of 52.219-9. ____ (iv) Alternate...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »