The RFP Database
New business relationships start here

Travis AFB DGMC Hemodialysis Units


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

11 July 2018

MEMORANDUM FOR ALL PROSPECTIVE OFFERORS


FROM: 60TH CONTRACTING SQUADRON
350 HANGER AVE, BLDG. 549
TRAVIS AFB, CA 94535-2632


SUBJECT: Request for Quotation, FA4427-18-Q-0067, Hemodialysis Units


1. The 60th Contracting Squadron at Travis Air Force Base intends to establish a Firm Fixed Price contract for hemodialysis units for the David Grant Medical Center as listed in paragraph 7.


2. General Information:


Notice Type: Combined Synopsis/Solicitation
Solicitation Number:
Title: FA4427-18-Q-0067
Hemodialysis Units
Posted Date: 11 July 2018
Solicitation Response Date: 10 Aug 2018
Estimated Award Date: 20 Aug 2018
Set Aside: Total Small Business Set-Aside
NAICS Code: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
Point of Contract: Juliet Diggs, juliet.diggs.1@us.af.mil, 707-424-7772



3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13.


4. This combined synopsis/solicitation is issued as a Request for Quotation (RFQ) with solicitation number FA4427-18-Q-0067.


5. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 January 2017, Defense Acquisition Circular 20161222 effective 22 December 2016, and Air Force Acquisition Circular 2017-1003 effective 03 October 2017.


6. The North American Industry Classification System (NAICS) code for this solicitation is 334510 - Electromedical and Electrotherapeutic Apparatus manufacturing. Small Business Size Standard is 1,250 Employees.


7. The contractor shall provide 29 each hemodialysis units in accordance with the attached salient characteristics requirements document. The following table contains the description of requirements for the Contract Line Item Numbers (CLIN) items to be acquired and the date and place of the period of performance.


CLIN Description Quantity Unit Cost per Unit Total
(USD $) (USD $)
0001 Hemodialysis Units IAW salient characteristics document.
29 Each



Delivery Date: 30 Days After Receipt of Order. Place of Delivery:
60 MDG/MEMO
101 Bodin Circle, Bldg 777
Travis AFB, CA 94535
ATTN: Daniel Dettwiler


Vendor Information
Ordering Address Point of Contact Phone Number Fax Number

E-Mail Address Quote Date Cage Code Web Address


8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) and the addendum, applies to this acquisition.


 



(End of Clause)


Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017)
Request for Quotation (RFQ) shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS;CAGE CODE; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quotes shall also contain all other documentation specified herein.


Addendum to FAR 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers."


9. The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), and the addendum, applies to this acquisition.


Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014)
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. Award shall be based on all or none and best value to the government. Award shall me made to the lowest priced, technically acceptable offeror. In order for a offer to be considered technically acceptable the offeror must demonstrate that all requirements outlined by the attached salient characteristics document will be met in each of the proposed units. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on price and offeror's ability to meet the delivery and specification requirements of this combined synopsis/solicitation followed by a review of past performance criteria including FAPIIS results. Only new equipment will be accepted. Re-manufactured or grey market items will not be accepted. All items must include a manufacturer's warranty and be stated in their quote.


10. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017), Alternate I (Oct 2014), with their offer, or the offeror shall complete paragraph (b) of FAR 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov.


Vendors must be actively registered in the System for Award Management (SAM); the website is https://www.sam.gov/portal/public/SAM/ . Contact SAM at US Calls: 866-606-8220, International Calls: 1-334-206-7828, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number; the website is http://fedgov.dnb.com/webform.


11. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition.


12. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) (JAN 2017), applies to this acquisition; additional FAR clauses cited in the clause are:


FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
FAR 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
FAR 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).
FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126)
FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011).
FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332).


13. Additional provisions and clauses that apply to this acquisition are:
FAR 52.204-7, System for Award Management (Oct 2016)
FAR 52.204-13, System for Award Management Maintenance (Oct 2016)
FAR 52.211-17, Delivery of Excess Quantities (Sept 1989)
FAR 52.219-1 Alt I Small Business Program Representations (Oct 2014)
FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999)
FAR 52.225-18 Place of Manufacture (Mar 2015)
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015)
FAR 52.233-1, Disputes (May 2014)
FAR 52.243-1 Changes -- Fixed Price (Aug 1987)
FAR 52.246-2 Inspection of Supplies -- Fixed-Price (Aug 1996)
FAR 52.246-16 Responsibility for Supplies (Apr 1984)
FAR 52.247-34, F.O.B. Destination (Nov 1991)
FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (https://farsite.hill.af.mil), (http://farsite.hill.af.mil/VFDFARA.HTM), (http://farsite.hill.af.mil/vfaffara.htm)
FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (https://farsite.hill.af.mil), (http://farsite.hill.af.mil/VFDFARA.HTM), (http://farsite.hill.af.mil/vfaffara.htm)
FAR 52.253-1 Computer Generated Forms (Jan 1991)
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)
DFARS 252.204-7004 Alt A, System for Award Management Alternate A; (Feb 2014)
DFARS 252.204-7006 Billing Instructions (Oct 2005)
DFARS 252.204-7011, Alternative Line Item Structure (Oct 2016)
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)
DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013)
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012)
DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program (Nov 2014)
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)
DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013)
DFARS 252.232-7010, Levies on Contract Payments (Dec 2006)
DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991)
DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013)
DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014)
AFFARS 5352.201-9101 Ombudsman (Jun 2016) (Mrs. Susan R. Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil)


14. The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.


15. Offerors shall provide quotes no later than 1100 Pacific Daylight Time (PDT), 10 Aug 2018 to the 60th Contracting Office at the address below or via email:


Juliet Diggs
60th Contracting Squadron
350 Hanger Ave, Building 549
Travis Air Force Base, CA 94535-2632
Email: juliet.diggs.1@us.af.mil


 



16. The deadline for asking questions in response to this combined synopsis/solicitation is 11:00 a.m. PDT, 19 July 2018. If there are any questions on this combined synopsis/solicitation, please contact the individuals below on page 6 of this document:


 


Juliet Diggs
Contract Specialist
Phone 707-424-7772
Email juliet.diggs.1@us.af.mil


TSgt Justin Baker
Contracting Officer
Phone 707-424-7743
Email justin.baker.19@us.af.mil


 


JULIET DIGGS, Contract Specialist, Phone 7074247772, Email juliet.diggs.1@us.af.mil - Justin Baker, Contracting Speciialist, Phone 707-424-7743, Email justin.baker.19@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP