Virginia Bids > Bid Detail

Combined Synopsis/Solicitation - Medical Gases in support of Naval Medical Center Portsmouth, VA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD00159395542110126
Posted Date: Jan 19, 2023
Due Date: Feb 20, 2023
Solicitation No: 0011870637
Source: https://sam.gov/opp/fb37ba1e6e...
Follow
Combined Synopsis/Solicitation - Medical Gases in support of Naval Medical Center Portsmouth, VA
Active
Contract Opportunity
Notice ID
0011870637
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 19, 2023 03:31 pm EST
  • Original Date Offers Due: Feb 20, 2023 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6835 - MEDICAL GASES
  • NAICS Code:
    • 325120 - Industrial Gas Manufacturing
  • Place of Performance:
    Portsmouth , VA 23708
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This enclosure is an addendum to FAR provision 52.212-1, Instructions to Offerors – Commercial Items, which applies to this acquisition.



Competitive quotes are being requested under Request for Quote (RFQ) Number 0011870637. The North American Industry Classification System (NAICS) code applicable to this acquisition is 325120, Industrial Gas Manufacturing and the size standard is 1,000 employees. This procurement is Set-Aside 100% for Small Business.



Description of requirements



The Naval Medical Center Portsmouth, VA, requires the contractor to provide the delivery of medical gases with the rental and exchange of gas cylinders as described in the Statement of Work (SOW) at Naval Medical Center Portsmouth (NMCP) and its outlying clinics as needed. The cylinders/bottles must meet medical standards and in proper working order to meet the original equipment manufacturers (OEM) specifications. Each delivery order will specify the delivery location and the quantity of full medical gas cylinders required.



Delivery/ pick-up services will be made to the following locations:



Naval Medical Center Portsmouth



54 Lewis Minor Street Building 250



Portsmouth VA. 23708



Naval Medical Center Portsmouth



620 John Paul Jones Circle, Bldg 2, 3-215



Portsmouth V 23708



Naval Medical Center Portsmouth



620 John Paul Jones Circle, Bldg 274



Portsmouth V 23708



The end user will contact the contractor with the requested order via email and/or phone call. Delivery shall be made within two (2) business days of the email and/or call to the designated location. Contractor must provide 24/7 Emergency response, with an onsite response within 1 hour of contact.



Required Medical Gases and Cylinders to be delivered (as needed):



*Not to exceed quantities identified on the attached pricing sheet



Required Material (Unit of Measure - UOM)



-R13A; Oxygen Refill Size E (Cylinder)



-R5; Oxygen Refill Size 282 CF (Cylinder)



-R6; Oxygen Refill Size M (Cylinder)



-R12; Oxygen Refill Size D (Cylinder)



-R61EA; Compressed Air Refill Size E (Cylinder)



-R25; Carbon Dioxide Refill 50 lb (Cylinder)



-R26A; Carbon Dioxide Refill Size E (Cylinder)



-R103G2; Nitrogen Refill Size 255 CF (Cylinder)



-R33E; Nitrogen Refill Size E (Cylinder)



-R45; Nitrous Oxide Refill Size H (Cylinder)



-R48A; Nitrous Oxide Refill Size E (Cylinder)



-Rent; Oxygen Cylinder Rental Size E (Each)



-Rent; Oxygen Cylinder Rental Size D (Each)



-Rent; Nitrogen Cylinder Rental Size E (Each)



-Rent; Carbon Dioxide Cylinder Rental Size E (Each)



-Rent; Nitrous Oxide Cylinder Rental Size E (Each)



-Rent; Helox Cylinder Rental Size E (Each)



-Rent; Compressed Air Cylinder Rental Size E (Each)



-Rent; Oxygen Cylinder Rental Size 282 CF (Each)



-Rent; Oxygen Cylinder Rental Size M (Each)



-Rent; Nitrogen Cylinder Rental Size 255 CF (Each)



-Rent ; Carbon Dioxide Cylinder Rental Size 50 Lbs. (Each)



-Rent; Nitrous Oxide Cylinder Rental Size H (Each)



-Rent; Helox 80%20% Mixture Cylinder Rental Size H (Each)



-R101D2; Helox 80%20% Mixture Size H (Cylinder)



-R101DEA; Helox Refill Size E (Cylinder)



-Rent, Nitrogen 50 LT Cylinder (Cylinder)



-Nitrogen 50 LT refill (Each)



-Rent, Compressed air cylinder Rental Size H (Cylinder)



-Compressed air refill size H (Each)



Other Direct Costs:



*Not to exceed quantities identified on the attached pricing sheet



Description (Unit of Measure - UOM)



-Emergency Delivery (Each)



-Change Out Nitrous Oxide Cylinders; Location: Building 2 in accordance with the Statement of Work. 23 Bottles per bank (2 banks) and 14 bottles in reserve = 69 bottles total. (Each)



-Change out Nitrogen Cylinders; Location: Building 2 in accordance with the Statement of Work. 14 Bottles per bank (2 banks) and 14 bottles in reserve = 42 bottles total. (Each)



-Change Out Nitrous Oxide Cylinders; Location: Building 2 in accordance with the Statement of Work. 8 Bottles per bank (2 banks) and 8 bottles in reserve = 24 bottles total. (Each)



-Delivery Charge (Each)





Delivery Periods:



Base Year: 01 April 2023 through 30 September 2023



Option 1: 01 October 2023 through 30 September 2024



Option 2: 01 October 2024 through 30 September 2025



Option 3: 01 October 2025 through 30 September 2026



Option 4: 01 October 2026 through 30 September 2027



52.217-8 Option: 01 October 2027 - 31 March 2028





QUOTER INSTRUCTIONS



The Government intends to award a Firm Fixed Price contract to the responsive, responsible vendor, whose quote conforming to the solicitation is most advantageous to the Government, as defined in the EVALUATION FACTORS FOR AWARD section below. A complete quote must be received for consideration. Respond to each item listed below; if the response is “None” or “Not applicable,” explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following:



1. General Information: Quoter Business Name, Address, CAGE, and Unique Entity ID (UEI) Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address). FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications – Commercial Items, applies to this acquisition. Quoter must include a completed copy of this provision with quote.



2. Technical Documentation:



(a)Technical Approach or Specifications: Quoters are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted items to facilitate the evaluation.



3. Past Performance: provide two (2) references with the point of contact name, telephone number, e-mail address, and contract number, for which you have provided RECENT and RELEVANT delivery of similar supplies required in this solicitation within the last 3 years. Past performance will be evaluated based on references and information from authorized government past performance systems and resources.



RECENT is defined as having delivered similar supplies in the last three years. RELEVANT is defined as having delivered similar gases as specified in the Statement of Work (SOW). Past performance information not meeting the above criteria will not be used for evaluation.



4. Price Quote: Submit complete pricing for each individual item listed in Attachment 1- PRICING SCHEDULE, to include the unit price, and a total price in US Dollars ($). Note: Ensure FOB Destination shipping and handling costs AND other ancillary customer services are included in the pricing.



Proposal Support: A detailed breakdown of the total proposed price is required to include description, quantity, quoted price per item and extended price per line item. All costs should support the quote provided in Attachment 2.



Evaluation Factors for Award:



Basis for Award: The Government intends to award a purchase order to the responsive responsible vendor whose quote conforming to the RFQ is most advantageous to the government, price and non-price factors considered. Technical and past performance, when combined are more important than price. The vendor must be registered in the System for Award Management (SAM). The Government reserves the right to award no contract at all, depending on the quality of quotes submitted, and the availability of funds.



Award may be made without discussions with quoters (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the quoter's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary.



As this is a competitive supply procurement using FAR Part 13 procedures, the basis for award will consider the supplier’s past performance and data in the Contractor’s Past Performance Assessment Reporting System (CPARS) and/or Supplier Performance Risk System (SPRS) for the FSC and PSC of the supplies being purchased (see DFARS 213.106-2(b)(i)).



Factor I – Technical: The Government will evaluate the quote to see if specification requirements, as defined above are met, to include all information required for a complete quote. Technical capability statements will be evaluated as:



TECHNICAL CAPABILITY EVALUATION FACTORS



ACCEPTABLE - Quote clearly meets ALL of the specification requirements of the solicitation and ability to comply with the Consignment Agreement.



UNACCEPTABLE - Quote does not clearly meet ALL the specification requirements of the solicitation and/or inability to comply with the Consignment Agreement.



Factor II – Price: The Government will evaluate the total price (base plus all options), to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable shipping, and handling costs to the shipping address listed above.



Each technically acceptable quoter’s price list will be evaluated by the Government to determine the reasonableness of prices for offered products by using one or more of the following price analysis methods which may include:




  • Evaluate quoted pricing against the Independent Government Cost Estimate (IGCE);

  • Price competition amongst technically acceptable offers.

  • Market research.



A quoter’s pricing must be determined to be fair and reasonable to be eligible for award.



Factor III – Past Performance: The Government will evaluate past performance by reviewing quoter’s submitted past performance information and other sources that may include, but are not limited to, information from Government personnel and information from the Government websites Supplier Performance Risk System (SPRS) or CPARS as stated above in paragraph 2 for basis for award.



The past performance evaluation results in an assessment of the quoter’s probability of meeting the solicitation requirements. The past performance evaluation considers each quoter’s demonstrated recent and relevant record of performance in delivering/supplying products that meet the contract’s requirements. The recency and relevance of the information, source of the information, context of the data, and general trends in contractor’s performance shall be considered. The past performance confidence assessment rating is based on the offeror’s overall record of recency, relevancy, and quality of performance. These are combined to establish one performance confidence assessment rating for each quoter.



Past Performance Evaluation Factors



Adjectival Rating - Description



Substantial Confidence - Based on the quoter’s recent/relevant performance record, the Government has a high expectation that the quoter will successfully deliver required supplies.



Satisfactory Confidence - Based on the offeror’s recent/relevant performance record, the Government has a reasonable expectation that the quoter will successfully deliver required supplies.



Neutral Confidence - No recent/relevant performance record is available or the quoter’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The quoter may not be evaluated favorably or unfavorably on the factor of past performance.



Limited Confidence - Based on the quoter’s recent/relevant performance record, the Government has a low expectation that the quoter will successfully deliver required supplies.



No Confidence - Based on the quoter’s recent/relevant performance record, the Government has no expectation that the quoter will be able to successfully deliver required supplies.



To be considered for award, the quoter’s evaluated past performance cannot be either “Limited Confidence” or “No Confidence”.



The relative order of importance of the non-price evaluation factors is the Technical (Factor I) is of equal importance to the Past Performance evaluation/performance confidence assessment factor (Factor II). When the quote is evaluated as a whole, the technical factor and past performance/performance confidence assessment factor combined (i.e., the non-price evaluation factors), are more important than price.



Award will be made to the responsible quoter whose quote conforms to the solicitation and represents the best value to the Government, price and non-price factors considered.



DUE DATE AND SUBMISSION INFORMATION



Eligible Quoters: All quoters must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means quoters shall have registered UEI Codes.



Page Limitations: 12



Formatting Requirements: Submit quotes in electronic PDF and/or Excel format. Text shall be formatted on an 8.5x11 page in 12 point Times New Roman font.



Questions Due Date and Submission Requirements: All questions must be received by Thursday, 26 January 2023, at 10:00AM, Eastern Time. Questions must be submitted by email to kathleen.s.gorelick.civ@health.mil, and include RFQ# 0011870637 on the Subject line in all inquiries. Questions may be addressed at the discretion of the Government.



RFQ Due Date and Submission Requirements: This RFQ closes on Monday, 20 February 2023 at 10:00 AM, Eastern Time. Quotes must be emailed to the Contract Specialist at kathleen.s.gorelick.civ@health.mil , use RFQ# 0011870637 in the subject line of the email and ensure there is receipt confirmation from the aforementioned Contract Specialist.



APPLICABLE PROVISIONS AND CLAUSES



This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). It is the responsibility of the contractor to be familiar with the applicable provisions and clauses. Provisions and clauses can be accessed in full text at https://www.acquisition.gov.



The current version of the following FAR, DFARS, and DHA provisions (as of the date of this RFQ) incorporated by reference, apply to this acquisition:



52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation



52.204-7, System for Award Management



52.204-16, Commercial and Government Entity Code Reporting



52.204-17, Ownership or Control of Offeror



52.204-20, Predecessor of Offeror



52.204-22, Alternative Line Item Proposal



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



52.204-26, Covered Telecommunications Equipment or Services- Representation



52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation



52.212-1, Instructions to Offers – Commercial Items



52.212-3, Alternate 1, Offer Representation and Certifications – Commercial Items



52.217-5, Evaluation of Options



52.222-22, Previous Contracts and Compliance Reports



52.222-25, Affirmative Action Compliance



52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation



52.229-11, Tax on Certain Foreign Procurements—Notice and Representation



252.203-7005, Representation Relating to Compensation of Former DoD Officials



252.204-7008, Compliance with Safeguarding Covered Defense Information Controls



252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation



252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation



252.204-7019, Notice of NISTSP 800-171 DoD Assessment Requirements



252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations



252.225-7000, Buy American—Balance of Payments Program Certificate—Basic



252.225-7055, Representation Regarding Persons that have Business Operations with the Maduro Regime



52.252-1 Solicitation Provisions Incorporated by Reference



This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):



https://www.acquisition.gov/browse/index/far (FAR provisions and deviations) https://www.acquisition.gov/dfars (DFARS provisions)



(End of provision)



52.252-5, Authorized Deviations in Provisions (NOV 2020)



(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.



(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation.



(End of clause)



The current version of the following FAR and DFARS clauses (as of the date of this RFQ) incorporated by reference, apply to this acquisition:



52.203-3, Gratuities



52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



52.204-9, Personal Identity Verification of Contractor Personnel



52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards



52.204-13, System for Award Management Maintenance



52.204-18, Commercial and Government Entity Code



52.204-19, Incorporation by Reference of Representations and Certifications



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



52.211-17, Delivery of Excess Quantities



52.212-4, Contract Terms and Conditions – Commercial Items



52.225-2, Buy American Certificate



52.225-25, Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications



52-232-1, Payments



52.232-8, Discounts for Prompt Payment



52.232-33, Payment by Electronic Funds Transfer-System for Award Management



52.232-39, Unenforceability of Unauthorized Obligations



52.232-40, Providing Accelerated Payments to Small Business Subcontractors



52.233-3, Protest after Award



52.233-4, Applicable Law for Breach of Contract Claim



52.242-15, Stop-Work Order



52.242-17, Government Delay of Work



52.243-1, Changes-Fixed-Price



52.246-16, Responsibility for Supplies



52.247-34, F.o.b. Destination



52.249-2, Termination for Convenience of the Government (Fixed-Price)



52.249-8, Default (Fixed-Price Supply and Service)



252.203-7000, Requirements Relating to Compensation of Former DoD Officials



252.203-7002, Requirement to Inform Employees of Whistleblower Rights



252.204-7003, Control of Government Personnel Work Product



252.204-7006, Billing Instructions



252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting



252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service



252.204-7020, NIST SP 800-171DoD Assessment Requirements



252.211-7003, Item Unique Identification and Valuation



252.211-7008, Use of Government-Assigned Serial Numbers



252.223-7001, Hazard Warning Labels



252.223-7008, Prohibition of Hexavalent Chromium



252.225-7001, Buy American and Balance of Payments Program—Basic



252.225-7002, Qualifying Country Sources as Subcontractors



252.225-7012, Preference for Certain Domestic Commodities



252.225-7048, Export-Controlled Items



252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime



252.232-7003, Electronic Submission of Payment Requests and Receiving Reports



252.232-7010, Levies on Contract Payments



252.232-7017, Accelerating Payments to Small Business Subcontractors- Prohibition on Fees and Consideration



252.243-7001, Pricing of Contract Modifications



252.244-7000, Subcontracts for Commercial Items



252.247-7023, Transportation of Supplies by Sea- Basic



52.217-8 Option To EXTEND SERVICES (NOV 1999)



The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 DAYS.



(End of clause)



52.217-9 Option to Extend the Term of the Contract



(a) The Government may extend the term of this contract by written notice to the Contractor within 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.



(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.



(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.



(End of clause)



52.252-2, Clauses Incorporated by Reference



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/these address(es):



The FAR provisions, clauses and deviations can be accessed in full text at



https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and



https://www.acquisition.gov/dfars (DFARS clauses).



(End of clause)



52.252-6 Authorized Deviations In Clauses



(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.



(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.



(End of clause)



252.232-7006, Wide Area WorkFlow Payment Instructions



(a) Definitions. As used in this clause—



“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization.



“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).



“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system.



“Payment request” and “receiving report” are defined in the clause at 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.



(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 , Electronic Submission of Payment Requests and Receiving Reports.



(c) WAWF access. To access WAWF, the Contractor shall—



(1) Have a designated electronic business point of contact in the System for Award Management at https://www.sam.gov; and



(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.



(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/



(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.



(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:



(1) Document type. The Contractor shall submit payment requests using the following document type(s):



(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.



(ii) For fixed price line items—



(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.



Invoice and Receiving Report COMBO



(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.



(iii) For customary progress payments based on costs incurred, submit a progress payment request.



(iv) For performance based payments, submit a performance based payment request.



(v) For commercial item financing, submit a commercial item financing request.



(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.



[Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice and receiving report in one step.]



(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.



Routing Data Table*



Field Name in WAWF Data to be entered in WAWF



Pay Official DoDAAC HQ0490



Issue By DoDAAC HT9406



Admin DoDAAC** HT9406



Inspect By DoDAAC HT0242



Ship To Code HT0242



Ship From Code N/A



Mark For Code N/A



Service Approver (DoDAAC) HT0242



Service Acceptor (DoDAAC) HT0242



Accept at Other DoDAAC N/A



LPO DoDAAC N/A



DCAA Auditor DoDAAC N/A



Other DoDAAC(s) N/A



(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.



(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.



(g) WAWF point of contact.



(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact.



jesus.m.saenz10.civ@health.mil



(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.



(End of clause)



FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items, applies to this acquisition and includes the following clauses by reference:



52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I



52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.



52.209-10, Prohibition on Contracting with Inverted Domestic Corporations



52.219-8, Utilization of Small Business Concerns



52.219-28, Post-Award Small Business Program Representation



52.222-3, Convict Labor



52.222-19 Child Labor—Cooperation with Authorities and Remedies. (DEVIATION 2020-O0019)



52.222-21, Prohibition of Segregated Facilities



52.222-26, Equal Opportunity



52.222-35, Equal Opportunity for Veterans



52.222-36, Equal Opportunity for Workers with Disabilities



52.222-37, Employment Reports on Veterans



52.222-50, Combating Trafficking in Persons



52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving



52.225-1, Buy American-Supplies



52.225-13, Restrictions on Certain Foreign Purchases



52.232-33, Payment by Electronic Funds Transfer- System for Award Management



RFQ ATTACHMENTS




  1. Statement of Work (SOW)

  2. Pricing sheet

  3. Representations & Certifications



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



52.204-17, Ownership or Control of Offeror



52.204-20, Predecessor of Offeror



52.204-26, Covered Telecommunications Equipment or Services- Representation



52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation



52.212-3, Alternate 1, Offer Representation and Certifications – Commercial Items



52.222-22, Previous Contracts and Compliance Reports



52.222-25, Affirmative Action Compliance



52.225-2, Buy American Certificate



52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation



52.229-11, Tax on Certain Foreign Procurements—Notice and Representation



252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation



252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation



252.225-7000, Buy American—Balance of Payments Program Certificate—Basic



252.225-7055, Representation Regarding Persons that have Business Operations with the Maduro Regime


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE-TIDEWATER 7700 ARLINGTON BLVD, ATTN SE DIV
  • FALLS CHURCH , VA 22042
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 19, 2023 03:31 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >