The RFP Database
New business relationships start here

Procurement of a Brand Name Medtronic Pump Synchromed II


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Contracting Office Address

Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions (OA), 9609 Medical Center Drive, Room 1E136, Bethesda, MD 20892, UNITED STATES.

Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850.


The National Cancer Institute (NCI), Center for Cancer Research (CCR), Surgical Oncology Program plans to procure a Brand Name Medtronic Synchromed Pump II.


This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. 75N91019Q00120 includes all applicable provisions and clauses in effect through FAR FAC 2019-05 (August 2019) simplified procedures for commercial items.


The North American Industry Classification System code is 334516 and the business size standard is 500 employees.


Only one award will be made as a result of this solicitation. This will be awarded as a Severable Firm Fixed Price type contract.


BACKGROUND


The Surgical Oncology Program conducts laboratory and clinical studies to better understand the etiology and clinical course of cancer, develop new techniques for the diagnosis and treatment of cancer, and establish new therapies for patients. The program provides surgical care for NIH Clinical Center patients with surgical disorders and trains surgery residents in surgical oncology research and cancer immunotherapy with a combined laboratory, patient care and clinical trials experience.


 


PRODUCT FEATURES/SALIENT CHARACTERISTICS



The following product features/characteristics are required for this requirement:


•    Implanted into patients to deliver drugs, including heparinzed saline and chemotherapy, directly to their livers.
•    The pump needs to hold 20mLs or 40 mLs of drugs and slowly over the course of two weeks push out a preset amount of the drug every day. The amount needs to be pre-set by an external interrogation device that can communicate with the pump and sets the flow rate.
•    The pump also needs to be able to be connected to a Codeman catheter via a Medtronic connector.
•    All shipping, delivery and installation costs must be included in the quote. NCI will not be responsible after award is made if shipping costs are not included
•    Coordination of delivery and installation with the NCI Technical Point of Contact (TPC)


DELIVERY / INSTALLATION


National Institutes of Health/National Cancer Institute
10 Center Drive, CRC,
Room 4-5740 Bethesda, MD 20892


The item shall be delieved within seven days of purchase order award.


BASIS OF AWARD


The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions.


PAYMENT


Payment shall be made at one time after the approval and acceptance from the NCI Technical Point of Contact (TPC). Payment authorization requires submission and approval of invoices to the NCI TPC and NIH OFM, in accordance with the payment provisions listed below:


The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JAN 2017) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow:


I    INVOICE REQUIREMENTS


A.    An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an "Original" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II., below.) Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor.


1.    Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact).
2.    Remit-to address (Name and complete mailing address to send payment).
3.    Remittance name must match exactly with name on original order/contract. If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice.
4.    Invoice date.
5.    Unique invoice #s for all invoices per vendor regardless of site.
6.    NBS document number formats must be included for awards created in the NBS: Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number.
7.    Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR).
8.    Federal Taxpayer Identification Number (TIN). In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. The VIN is the number that appears after the contractor's name on the face page of the award document.
9.    Identify that payment is to be made using a three-way match.
10.    Description of supplies/services that match the description on the award, by line billed.*
11.    Freight or delivery charge must be billed as shown on the award. If it is included in the item price do not bill it separately. If identified in the award as a separate line item, it must be billed separately.
12.    Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.*


* NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid.


B.    Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. If authorized, shipping costs must be itemized. Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt.


C.    Mail an original and 1 copy of the itemized invoice to:


National Institutes of Health
Office of Financial Management, Commercial Accounts
2115 East Jefferson Street, Room 4B-432, MSC 8500
Bethesda, MD 20892-8500


For inquiries regarding payment call: (301) 496-6088


In order to facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the "Consignee" designated for the acquisition in blocks 6A - 6E of the face page of the Order/Award document.


II. INVOICE PAYMENT


A.    Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events:


1. The 30th day after the designated billing office has received a proper invoice.
2. The 30th day after Government acceptance of supplies delivered or services
performed.


B.    The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended.


III.    INTEREST PENALTIES


A.    An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable.
1. A proper invoice was received by the designated billing office.
2. A receiving report or other Government documentation authorizing payment was
processed and there was no disagreement over quantity, quality, or contractor
compliance with a term or condition.
3. In the case of a final invoice for any balance of funds due the contractor for supplies
delivered or services performed, the amount was not subject to further settlement
actions between the Government and the Contractor.


B.    Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget.


IV. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS
SUBCONTRACTORS, FAR 52.232-40 (DEC 2013)


a)    Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.
b)    The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act.
Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.


 


 


PROVISIONS AND CLAUSES


52.212-1, Instructions to Offerors Commercial Items (Oct 2018);


52.212-2, Evaluation Commercial Items (Oct 2014):


52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2018)


52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018)


52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment


52.212-5: Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2019). The following FAR clauses:


52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018)


52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment


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


52.219-28, Post Award Small Business Program Representation (Jul 2013)


52.222-3, Convict Labor (June 2003)


52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018)


52.222-21, Prohibition of Segregated Facilities (Apr 2015)


52.222-26, Equal Opportunity (Sept 2016)


52.222-36, Equal Opportunity for Workers with Disabilities (July 2014)


52.222-50, Combating Trafficking in Persons (Jan 2019)


52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)


52.225-1, Buy American-Supplies (May 2014)


52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014)


52.225-13, Restrictions on Certain Foreign Purchases (June 2008)


52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)


Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/


OFFERORS: Offers must be submitted with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid SAM registration through www.sam.gov.


Quotations must be received in the NCI OA Contracting Office by 5:00 p.m. EST on September 3, 2019. Please refer to solicitation number 75N91019Q00120 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Kimesha Leake, Contracting Officer at Kimesha.leake@nih.gov . No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid certification in the System for Award Management through sam.gov. Offeror must also complete and submit with Quote, FAR 52.204-24 Section (c) Representation.


 



Kimesha Leake, Contracting Officer, Phone 2402765669, Email kimesha.leake@nih.gov - Jolomi Omatete, Contracting Officer, Phone 2402766561, Email jolomi.omatete@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP