SOLICITATION NOTICE
65 -- Orthopedic Podiatry surgical power equipment sets
- Notice Date
- 8/17/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6609409RC13C24
- Archive Date
- 8/25/2009
- Point of Contact
- Jan T Harding, Phone: 3016190177, Tameka N Davis, Phone: 301-619-1677
- E-Mail Address
-
jan.harding@med.navy.mil, tameka.davis@med.navy.mil
(jan.harding@med.navy.mil, tameka.davis@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 N6609409RC13C24. Proposals are due not later than 4:00 P.M. EST on August 24, 2009. Provisions and clauses in effect through Federal Acquisition Circular 2005-24 are incorporated. NAICS 339112. Small Business size standard is 500 employees. The Naval Medical Logistics Command intends to negotiate with vendors on an open competition basis to procure orthopedic/podiatry surgical power equipment sets on behalf of the U.S. Naval Health Clinic Cherry Point. Any vendors who feel their product meets this specification are encouraged to submit a proposal. Essential Characteristics: The requirement is for four (4) orthopedic/podiatry power equipment sets. The sets shall be capable of performing the full spectrum of orthopedic and podiatry procedures including ACL reconstructions, arthroscopies, shoulder repairs, ORIFs, bunionectomies and arthroplasties. The equipment shall be capable of sawing (sagital, oscillating and reciprocating), drilling (by means of bits and pins), debriding (knee, shoulder and ankle debridements) and reaming. Attachments shall have a quick release design and a range of different sized pin attachments shall be included. The sets shall included handpieces that are battery powered and handpieces that are driven by console. The sets shall be compatible with Synthes 3.0 cannulated, small fragment, large fragment, external fixation and modular hand sets. The sets shall also be compatible with or have adapters for the FMS arthroscopy pump. The electrical requirements for electrically powered equipment are 120VAC, 60HZ. Regulatory Requirements: The system and all of the 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. The system shall be installed in compliance with OSHA requirements. Evaluation Factors for Award: The Government then intends to award a contract to the responsible offeror whose offer is the Best Value to the government. The technical and past performance factors are of equal importance and when combined are more important than price. Price may become a critical factor in the event that two or more offerors are determined to be essentially equal following the evaluation of technical and past performance factors. Evaluation of price will be based on the offerors total price for all line items as delivered to Cherry Point NC. (A) Technical (1)Equipment Factors: orthopedic/podiatry power equipment sets shall comply with all essential characteristics (2)Human Factors: ease of use and ergonomics. (b) Past Performance – Offerors shall provide at least three past contracts held within the last three years of same or similar equipment. Each past contract will be identified by the Past Performance instructions below. (c) Price will be evaluated to ensure reasonableness and completeness. INSTRUCTIONS TO OFFEROR Introduction and Purpose - This section specifies the format and content that offerors shall use in this Request for Proposal (RFP). The intent is not to restrict the offerors in the manner in which they will perform their work but rather to ensure a certain degree of uniformity in the format of the responses for evaluation purposes. Offerors must submit a proposal that is legible and comprehensive enough to provide the basis for a sound evaluation by the Government. Information provided shall be precise, factual, and complete. Legibility, clarity, completeness, and responsiveness are of the utmost importance. Proposals shall be in the form prescribed by, and shall contain a response to, each of the areas identified. Any proposal which does not provide, as a minimum, that which is required in this solicitation may be determined to be substantially incomplete and not warrant any further consideration. A complete proposal, including Technical, Past Performance and Price, shall be submitted by the closing date specified in the solicitation. TECHNICAL PROPOSAL INSTRUCTIONS Offerors shall provide sufficient technical documentation to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements. Page limit for technical proposal: 30 pages PAST PERFORMANCE PROPOSAL INSTRUCTIONS The offeror shall describe its past performance on three (3) similar contracts it has held within the last three (3) years which are for the same or similar equipment to that which is detailed in this solicitation or affirmatively state the offeror possesses no relevancy directly related to or similar past performance. Offerors who present similar contracts shall provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the solicitation. We reserve the right to contact any references. The offeror shall provide the following information regarding its past performance: 1. Contract number(s), award date and dates of performance. 2. Name, phone number, and e-mail address of a point of contact at the federal, state, local government or commercial entity for which the contract was performed. 3. Dollar value of the contract. 4. Description of the equipment provided under the contract. 5. The number, type and severity of any quality or delivery problems in performing the contract, the corrective action taken and the effectiveness of the corrective action (if applicable). 6. Any other relevant information. Page limit for past performance proposal: 5 pages PRICE PROPOSAL INSTRUCTIONS Offeror shall specify the Total Price. Shipping shall be FOB destination. Offers will be evaluated to ensure reasonableness and completeness. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Page Limit for pricing proposal: 5 pages Other Administrative instructions: The vendor shall provide company details, specifically: Complete company name and address: Fax number: Phone Number: Current and valid Tax Identification Number (TIN): Current and valid CAGE Code: Current and valid DUNS number: Submission of Proposal Only email proposals will be accepted. (Email can be no larger than 5 Megs, multiple emails will be accepted) Email proposal as attachment to Jan Harding at Jan.Harding@med.navy.mil. No paper proposals will be accepted.Proposals are due not later than 4:00 P.M. EST on 24 August 2009. Any questions must be addressed to Jan Harding, by email only, NLT 1200 on 20 August 2009. No phone calls accepted. OTHER ADMINISTRATIVE INSTRUCTIONS: In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business proposal. ADDITIONAL INFORMATION TO BE INCLUDED IN BUSINESS PROPOSAL; 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; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their proposal. 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. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6609409RC13C24/listing.html)
- Place of Performance
- Address: 693 Neiman Street, Fort Detrick, Maryland, 21702, United States
- Zip Code: 21702
- Zip Code: 21702
- Record
- SN01914692-W 20090819/090818001516-c6301bfa2169f19dc242c41fa661e85c (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 |