Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
SOLICITATION NOTICE

65 -- SURGICAL SUPPLIES

Notice Date
4/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025912T0727
 
Response Due
4/12/2012
 
Archive Date
5/12/2012
 
Point of Contact
Julie A. Bertrand 619-532-8083
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS SOLICITATION for commercial items with the intent to solicit on an unrestricted basis. Prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N0025912T0727. The closing date is April 12 at 0700AM Pacific Daylight Savings Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-56. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 339112; Size: 500. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following supplies: CLIN 0001 #2 Fiberloop, Part# AR-7234 QTY: 2 Unit of Issue: BX, Price: $______ CLIN 0002 #2 Tigerloop, Part# AR-7234T QTY: 2 Unit of Issue: BX, Price: $______ CLIN 0003 #2 Fiberlink, Part# AR-7235 QTY: 2 Unit of Issue: EA, Price: $______ CLIN 0004 3.5 Biocomposite Pushlock, Part# AR-1926PS QTY: 1 Unit of Issue: BX, Price: $______ CLIN 0005 Biotendonesis Disposable Kit, Part# AR-1676DS QTY: 1 Unit of Issue: BX, Price: $______ CLIN 0006 Arthroscopic Pump Tubing, Part# AR-6410 QTY: 2 Unit of Issue: BX, Price: $______ CLIN 0007 4.0MM Excalibur Shaver Blades, Part# AR-8400EX QTY: 3 Unit of Issue: BX, Price: $______ CLIN 0008 4.0MM Excalibur Curved Shaver Blades, Part# AR-8400CE QTY: 3 Unit of Issue: BX, Price: $______ CLIN 0009 8.25 x 9 Twist in Cannula, Part# AR-6540 QTY: 2 Unit of Issue: BX, Price: $_______ CLIN 0010 8.25 X 7 Twist in Cannula, Part# AR-6530 QTY: 2 Unit of Issue: BX, Price $_______ CLIN 0011 Multifire Scorpion Needles, Part# AR-13995N QTY: 1 Unit of Issue: BX, Price $________ CLIN 0012 Transtibial ACL Kits, Part# AR-1897S QTY: 1 Unit of Issue: BX, Price $_______ CLIN 0013 8 X 28 Biocomposite Interference Screw, Part# AR-1380TC QTY: 2 Unit of Issue: EA, Price $________ CLIN 0014 9 X 28 Biocomposite Interference Screw, Part# AR-1390TC QTY: 1 Unit of Issue: EA, Price $________ CLIN 0015 Multifire Scorpion, Part# AR-13997MF QTY: 1 Unit of Issue: EA, Price $_______ CLIN 0016 6.25 X 15 Peek Tendonesis Screw, Part# AR-1562PS QTY: 4 Unit of Issue: EA, Price $________ CLIN 0017 Transportal ACL Off-Set Guide 5MM, Part# AR-1800-05 QTY: 3 Unit of Issue: EA, Price $_______ CLIN 0018 Transportal ACL Off-Set Guide 6MM, Part# AR-1800-06 QTY: 3 Unit of Issue: EA, Price $_______ CLIN 0019 Transportal ACL Off-Set Guide 7MM, Part# AR-1800-07 QTY: 3 Unit of Issue: EA, Price $_______ CLIN 0020 Ring Grasper, Part# AR-12540 QTY: 2 Unit of Issue: EA, Price $_______ CLIN 0021 6MM Cannulated Acorn Reamer, Part# AR-1406 QTY: 2 Unit of Issue: EA, Price $_______ CLIN 0022 Percutaneous Insertion Kit, Part# AR-1934PI QTY: 5 Unit of Issue: EA, Price $_______ CLIN 0023 4.75 Biocomposite Swivelock, Part# AR-2324BCC QTY: 1 Unit of Issue: BX, Price $_______ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (FEB 2012) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Reserved 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (OCT 2012) The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors are to be used to evaluate offers: Technical Capability and past performance. Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Technical capability and past performance are considered more important than price. The proposed contract is restricted to domestic sources under the authority of (FAR 6.302-3.) Foreign sources, except Canadian sources, are not eligible for award. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Dunn and Bradstreet number is required to register. Email your quote to Julie Bertrand on or before 07:00AM Pacific Daylight Time on April 12, 2012. Email: julie.bertrand@med.navy.mil Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T0727/listing.html)
 
Place of Performance
Address: Robert E. Bush Naval Hospital
Zip Code: MAGTFC MCAGCC BOX 788250, TWENTYNINE PALMS, CA
 
Record
SN02714368-W 20120406/120404235956-182cedc795fb185cf4707d56182abb5b (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.