Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2009 FBO #2622
SOLICITATION NOTICE

65 -- Small Battery Drive Set

Notice Date
1/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, Maryland, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-09-T-0068
 
Archive Date
2/21/2009
 
Point of Contact
Amanda M. Heller, Phone: 3016190242
 
E-Mail Address
amanda.heller@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a 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 N62645-09-T-0068. Quotes are due not later than 4:00 P.M. EST on 06 February 2009. Provisions and clauses in effect through Federal Acquisition Circular 2005-18 are incorporated. NAICS 339112. Small Business size standard is 500 employees. The Naval Medical Logistics Command (NMLC) intends to negotiate on a Brand Name Only basis to procure Small Battery Drive Set, manufactured by Synthes, 1032 Wrights Lane E., West Chester PA. Brand name only is specified because the Government would incur a substantial duplication of cost to consider other than the Synthes Small Battery Drive Set that is not expected to be recovered through competition. Any vendors who can provide the brand name only equipment are encouraged to submit a quote. The Government contemplates award of a firm fixed price contract. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. SALIENT CHARACTERISTICS: The Fleet Hospital Support Office has a requirement for a Small Battery Drive Set. The Small Battery Drive Set shall be capable with being used in orthopedic surgery to make surgical repairs of wartime injuries to the body. The Defense Medical Standardization Board, DSMB, standardized the make and model of the Small Battery Drive Set and the associated instrument sets for field surgery in order to insure compatibility of instruments with the implants throughout the spectrum of field medicine. Due to manufacture proprietary parts, the Small Battery Drive Set cannot be substituted with any other manufacturer’s Small Battery Drive Sets. Therefore, only the Synthes Small Battery Drive Set can be used. SYSTEM REQUIREMENTS: The Small Battery Drive Set shall be capable of being used with the Synthes Small Battery Drive Set currently being used in the Fleet Hospitals. The Small Battery Drive Set shall consist of the following items: Small Battery Drive Set Battery Charger QTY 1 Small Battery Drive Casing for 12V Battery QTY 2 Small Battery Drive 12V Battery QTY 2 Battery Insertion Shield QTY 1 Mini Quick Coupling QTY 1 Stryker J-Latch Coupling QTY 1 Quick Coupling for Drill Bits QTY 1 Large Jacobs Chuck with Key QTY 1 Large Quick Coupling QTY 1 Oscillating Saw Attachment QTY 1 Quick Coupling for K-Wires QTY 1 Adaptor for Radiolucent Drive QTY 1 Graphic Case for Small Battery Drive QTY 1 REGULATORY REQUIREMENTS: The Small Battery Drive Set and all of its components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States EVALUATION FACTORS FOR AWARD: The lowest price technically acceptable offeror for this brand name only requirement will represent best value to the Government. The government anticipates award of a Firm Fixed Price Contract. BUSINESS QUOTE INSTRUCTIONS: Offerors shall price each CLIN and shall submit firm-fixed pricing for all CLINS, otherwise your quote will be determined to be substantially incomplete and not warrant any further consideration. If no separate price for a CLIN this must be stated. Brand name only. No substitutions will be allowed. Shipping shall be FOB Destination. Business quotes will be evaluated for Completeness (all CLINS are priced) and Reasonableness (the degree to which the proposed prices compare to prices that are reasonable, prudent person would expect to incur for the same or similar equipment and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract. Include commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. In order to be determined responsible, companies shall be registered in CCR, provide DUNS number, Cage Code, and TIN. Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. FAR clauses 52.202-1, Definitions; 52.211-6 Proposals shall be submitted by email only to Amanda Heller at: amanda.heller@med.navy.mil. Proposals are due by 4:00 p.m. EST on 06 February 2009. All questions shall be addressed to Amanda Heller by email only, NLT 4:00 P.M. EST on 04 February 2009. No phone calls will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eb94c350e8b42d32f79a90662f0163cb&tab=core&_cview=1)
 
Place of Performance
Address: Williamsburg, Virginia, United States
 
Record
SN01739493-W 20090130/090128214916-eb94c350e8b42d32f79a90662f0163cb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.