Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2012 FBO #3910
SOLICITATION NOTICE

65 -- Viabahn Stents

Notice Date
8/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025912T0853
 
Response Due
8/13/2012
 
Archive Date
9/13/2012
 
Point of Contact
Ryan Brown 619-532-9569
 
E-Mail Address
ryan.brown2@med.navy.mil
(ryan.brown2@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS/SOLICITATION for commercial items with the intent to award on a sole source basis to W.L. Gore & Associates Inc. IAW FAR 13.106-1(b)(1). The sole source is based on W.L. Gore & Associates Inc. being the only known manufacturer to offer Heparin based stents to allow proper coagulation and keep the occluded vessel from sticking to the device graft. These stents are constructed with reinforced, an expanded polytetrafluoroethylene liner attached to an external nitinol stent structure (PTFE). The stents incorporate end point covalent bonding that keeps Heparin anchored to the endoprostesis surface while bioactive site remains free to interact with blood. The stents feature two radiopaque metallic bands used to mark placement, a dual lumen delivery catheter, low profile delivery system (6 french), and a throbin resistant surface. This is the only know stent to obtain FDA approval for iliac and superficial femoral artery usage. This solicitation is 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 N00259-12-T-0853. The closing date is August 13, 2012 @ 07:00am Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60. It is the contractors 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 339113; Size: 500. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following products: CLIN 0001 6mm x 2.5cm Viabahn stent, Part# VBJ060202 QTY: 1 Unit of Issue: Ea, Delivery requested by: 15 August 2012 Price: $______ CLIN 0002 6mm x 5cm Viabahn stent, Part# VBJ060502 QTY: 2 Unit of Issue: Ea, Delivery requested by: 15 August 2012 Price: $______ CLIN 0003 6mm x 10cm Viabahn stent, Part# VBJ061002 QTY: 1 Unit of Issue: Ea, Delivery requested by: 15 August 2012 Price: $______ CLIN 0004 6mm x 15cm Viabahn stent, Part# VBJ061502 QTY: 4 Unit of Issue: Ea, Delivery requested by: 15 August 2012 Price: $______ CLIN 0005 9mm x 5cm Viabahn stent, Part# VBH090502 QTY: 1 Unit of Issue: Ea, Delivery requested by: 15 August 2012 Price: $______ CLIN 0006 9mm x 10cm Viabahn stent, Part# VBH091002 QTY: 1 Unit of Issue: Ea, Delivery requested by: 15 August 2012 Price: $______ CLIN 0007 7mm x 15cm Viabahn stent, Part# VBJ07102 QTY: 1 Unit of Issue: Ea, Delivery requested by: 15 August 2012 Price: $______ CLIN 0008 13mm x 10cm Viabahn stent, Part# VBH131002 QTY: 1 Unit of Issue: Ea, Delivery requested by: 15 August 2012 Price: $______ CLIN 0009 10mm x 15cm Viabahn stent, Part# VBH101502 QTY: 1 Unit of Issue: Ea, Delivery requested by: 15 August 2012 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) Evaluation factors in descending order of importance: 1) Delivery Schedule 2) Technical Capability, and 3) Price 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) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 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) 52.219-1 Alt I Small Business Concern Program Representation (APR 2011) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 52.252-2 Clauses Incorporated By Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 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) with the following clauses incorporated by reference: 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government intends to 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 to be used to evaluate offers: Delivery Schedule. Defined as, lead time necessary to receive the product. Technical Capability: Defined as, an assessment of the prospective contractors key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the requested items. Price. Delivery schedule and technical capability, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first 3 factors will not undergo a price evaluation. 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 (MAR 2012) Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Data Universal Number System (DUNS) number is required to register. Email your quote to ryan.brown2@med.navy.mil on or before 07:00am Pacific Standard Time on 13 August 2012. Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T0853/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Dr., San Diego, CA
Zip Code: 92134
 
Record
SN02827920-W 20120808/120806235005-128aaac2d5a70541f6762fed3286775b (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.