Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
SOLICITATION NOTICE

65 -- Purchase of Intraocular Lenses

Notice Date
8/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-09-T-0302
 
Response Due
8/22/2009
 
Archive Date
10/21/2009
 
Point of Contact
Lydia Trevino, (210) 221-4868<br />
 
E-Mail Address
Great Plains Regional Contracting Ofc
(lydia.trevino@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a solicitation W81K00-09-T-0302 of purchase request W801EP91755013 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 339115. Size standard is 500 employees. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for intraocular lenses for Bayne Jones Army Community Hospital, Fort Polk, LA. Quantities are to be ordered during the period of date of award through 30 Sep 2010 (base year) plus four option years through 30 Sep 2014, FOB Destination. NOTE TO CONTRACTORS: Please submit pricing for each CLIN for the base period and option years through September 2014. Line Item No. 0001: Lens MATA4UO, or equal, 110.0 through 30.0; Quantity: 10 each; Quantities to be ordered on an as needed basis during the performance period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0002: Lens SN6AD3, or equal, 10.0 through 30.0; Quantity: 50 each; Quantities to be ordered on an as needed basis during the performance period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item 0003: Lens SN60WF, or equal, 10.0 through 30.0; Quantity: 192 each; Quantities to be ordered on an as needed basis during the performance period: 1 Oct 2009 through 30 Sep 2010 (base period). STATEMENT OF WORK 1. SCOPE: a. The contractor shall furnish intraocular lenses on consignment basis to the Bayne Jones Army Community Hospital. The lenses will be stored and maintained in the operating room. b. The contractor shall not bill until the lenses are implanted. Unused lenses shall remain the property of the contractor. c. Intraocular lenses may be returned for exchanged, resterilization or consignment adjustment with no charge to the Government. d. A joint inventory shall be performed at the start of the contract and semiannually thereafter. Both the contractors representative and the Quality Assurance Evaluator will be present at the inventories and both representatives shall sign the inventory report. A copy of the signed inventory report shall be hand carried to the Logistics Division, Room 1657. e. The Consignment contract must be flexible with the basic inventory quantities to meet the needs of the Ophthalmologist. 2. BASIC INVENTORY: 0001 Primary Intraocular Lens111 each Alcon Model SN60WF or equal 0002 -Anterior Chamber Lens 39 ea Alcon Model MTA4U0 or equal 0003-Acrysof Restor Aspheric80 ea Alcon Model SN6AD3U or equal a. BASIC INVENTORY BY LINE ITEMS: Item number 0001 Two each power range +10.0, +10.5 through +17.5. Three each power range +18.0, +18.5 through +19.5. Four each power range +20.0, +20.5 through +25.0. Three each power range +25.5 through +26.5. Two each power range +27.0 through +30.0. Item number 0002 One each power range +10.0, +10.5 through +30.0. Item number 0003 Two each power range +10.0, +10.5 through +30.0. NOTE: The required Salient Characteristics are identified within each Line Item above. ). Award will be made on an all or none basis, brand name or equal. The following FAR and DFARS provisions and clauses apply to this solicitation: Delivery shall be FOB Destination Fort Polk, LA. Pricing quote shall include all applicable fees. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.211-6 Brand Name or Equal. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for the Next Fiscal Year and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.212-7010 Levies on Contract Payments; 52.211-6 Brand Name or Equal. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain in detail how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the product offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 22 Aug 2009, 12:00 PM, Central Standard Time. Submit offers via email to Lydia.Trevino@us.army.mil. Place of performance: Bayne Jones Army Community Hospital Medical Supply Officer 285 Third Street Fort Polk, LA 71459-6000 UNITED STATES Contact: Lydia Trevino, Contract Specialist, Phone 210-221-4868, Email Lydia.Trevino@us.army.mil Contracting Office Address: Great Plains Regional Contracting Office MCAA GP BAMC 3851 Roger Brooke L31-9V Fort Sam Houston, TX 78234-6200 Point of Contact: Lydia Trevino, (210) 221-4868
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0302/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01909642-W 20090814/090813001710-492d16963ba3866625f13a4d1641c5ab (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.