Drop Shipment Delivery for IMUFLEX Blood Bag System
This is a Combined Synopsis / Solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement con... This is a Combined Synopsis / Solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N6809620Q0010. Provisions and clauses in effect through Federal Acquisition Circular 2019-05 are incorporated. The proposed North American Industry Classification System (NAICS) Code is 339112 - Surgical and Medical Instrument Manufacturing with a corresponding size standard of 1000 employees. This requirement will be set aside for Small Businesses ONLY, all qualified offerors may submit proposals. Per FAR Subpart 4.11, Offerors are required to be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. The US Naval Hospital Command intends to negotiate with vendors to procure the following: IMUFLEX WB-RP 1BB*WGQ506A2 Blood Bag system with in-line Leukocyte Reduction Filter and Diversion Blood Sampling arm. 500mL Collection bags, Triple blood bag, 18/case. IMUFLEX WB-SP 1BB*LGQ506A6 Blood Bag System with in-line Leukocyte Reduction Filter with Diversion Blood Sampling Arm and pre-attached luer adapter and tube holder. 500mL Collection Bags, Triple blood bag, 15/case. *NOTE: See information on attachment for Contract Line Items and delivery schedule for Guam Ship to Address: US Naval Hospital Guam Building 50 Farenholt Rd. Agana Heights Guam 96910 The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. There are no addenda to this provision. The provision at FAR 52.212-2, Evaluation--Commercial, applies to this acquisition and is tailored as follows: Addenda to FAR 52.212-2: (a)The Government intends to award a contract resulting from this solicitation to the Lowest priced technically acceptable (LPTA) responsible offeror. Evaluation of Price will be based on the offeror's total price for all line items as delivered directly to US Naval Hospital Guam. The following factors will be used to evaluate quotations/offers: (i) Price (ii) Technical Acceptability (b) N/A (c) (Added) Basis of Award. A written notice of award or acceptance of a quotation/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 a quotation/offer (or part thereof), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award: (i) Price. Initially quotations/offers will be ranked according to price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. An offeror's proposed total price will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for the line item to confirm the extended amount of each. The government will identify the offeror that proposed the lowest price and determine whether its price is reasonable. If the price is reasonable, the government will evaluate the lowest priced offer for technical acceptability and rate it either "Acceptable" or "Unacceptable" (ii) Technical Acceptability. To be rated technically acceptable, the offeror must meet the requirements of the solicitation, including, but not limited to, completion and timely submission of the following: A firm Fixed Price quotation - Price Factor, Offers will be evaluated to ensure reasonableness and completeness. The appropriate section(s) of FAR provision 52.212-3. (Must Complete) Authorized Distributor letter from Manufacturer. One of the following two technical acceptability ratings will be assigned to that offeror: RATING AND DESCRIPTION ACCEPTABLE Based on the submittal of the documents required per (ii) above, the offeror has met the requirements of the solicitation and the government has a reasonable expectation that the offeror understands the required effort. UNACCEPTABLE Based on not submitting the documents required in (ii) above, the offeror has not met the requirements of the solicitation and the government has no reasonable expectation that the offeror understands the required effort. If the lowest price offeror is rated technically acceptable, that offeror represents the best value for the government and the evaluation process stops at this point. The government will award the contract to that offeror without further considering any other offers. If the lowest price offeror does not receive an “Acceptable” technical rating, the government will identify the next lowest quotation/offer and repeat the process. The steps in (c) will continue until the government arrives at the lowest priced technically acceptable offeror. The provision at FAR 52.212-3, ALT I, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. There are no addenda to this clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items, applies to this acquisition. Clauses marked with a "XX" under 52.212-5 also apply to this notice. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Deviation 2018-O0021)(Sep 2018), applies to this acquisition. There are no addenda to this clause. To access all clauses referenced in this notice, visit http://farsite.hill.af.mil/ Special Requirements Due to Guam's Geographical location: All items will be shipped as close to the lot release date as possible. All items must have the longest possible shelf life available (Minimum of 6 months expiration date) Items must be shipped directly to USNH Guam. Other Administrative instructions: The vendor shall provide company details, specifically: Complete company name and physical address: e-mail address: Phone Number: Current and valid Tax Identification Number (TIN): Current and valid CAGE Code: Current and valid DUNS number: Offerors must be able to utilize the Wide-Area-Work-Flow (WAWF) electronic invoicing as a method of payment. You can access the WAWF at https://wawf.eb.mil. Follow the step-by-step procedures for self-registration available. Submission of Proposal Only email proposals will be accepted. (Email can be no larger than 5 MB, multiple emails will be accepted) Email proposal as attachment to Regel A. Agahan, Email: regel.a.agahan.civ@mail.mil No paper proposals will be accepted. Proposals are due not later than 03:00 P.M. EST on 20 March 2020. No phone calls accepted.
Data sourced from SAM.gov.
View Official Posting »