SOLICITATION NOTICE
65 -- CONSUMABLES AND IMPLANTS - Notice Of Intent
- Notice Date
- 12/2/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NH Camp Pendleton, Box 555191, Marine Corps Base, Camp Pendleton, California, 92055-5191, United States
- ZIP Code
- 92055-5191
- Solicitation Number
- N68094-14-T-0004
- Archive Date
- 1/1/2014
- Point of Contact
- DANIELLE PATTERSON, Phone: 7607251597
- E-Mail Address
-
danielle.patterson@med.navy.mil
(danielle.patterson@med.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Notice of Intent for Consumables & Implants Combined Synopsis/Solicitation Notice of Intent - 100% Small Business Set-Aside Solicitation Number: N68094-14-T-0004 Purchase Description: CONSUMABLES AND IMPLANTS This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunities (FBO) web-site as "100% Small Business Set-Aside". The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, N68094-13-T-0056, as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business standard of "500". The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-69 effective August 01, 2013 and Defense Federal Acquisition Regulation Supplement DPN 20130808 effective August 08, 2013. DESCRIPTION: CLIN 0001 SUTURE ANCHOR, BIO-COMPSITE MFR P/N: AR-1934BCFT Qty: 8, Unit Cost $ _______________, CLIN 0002 SUTURE ANCHOR, BIO-COMPOSITE MFR P/N: AR-1934BCFT-2 Qty: 3, Unit Cost $ _______________, CLIN 0003 SUTURE ANCHOR BIOCOMPO-SITE PUSHLOCK 2.9X15.5MM MFR P/N: AR-1923BC Qty: 1, Unit Cost $ _______________, CLIN 0004 ACL-TIGHTROPE RT MFR P/N: AR-1588RT Qty: 14, Unit Cost $ _______________, CLIN 0005 BTB TIGHTROPE MFR P/N: AR-1588BTB Qty: 12, Unit Cost $ _______________, CLIN 0006 10.0 MM FLIP CUTTER II MFR P/N: AR-1204AF-100 Qty: 6, Unit Cost $ _______________, CLIN 0007 10.5 MM FLIP CUTTER II MFR P/N: AR-1204AF-105 Qty: 2, Unit Cost $ _______________, CLIN 0008 11.0 MM FLIP CUTTER II MFR P/N: AR-1204AF-110 Qty: 1, Unit Cost $ _______________, CLIN 0009 11.5 MM FLIP CUTTER II MFR P/N: AR-1204AF-115 Qty: 1, Unit Cost $ _______________, CLIN 0010 12.0 MM FLIP CUTTER II MFR P/N: AR-1204AF-120 Qty: 1, Unit Cost $ _______________, CLIN 0011 6.5 MM FLIP CUTTER II MFR P/N: AR-1204AF-65 Qty: 1, Unit Cost $ _______________, CLIN 0012 7.0 MM FLIP CUTTER II MFR P/N: AR-1204AF-70 Qty: 2, Unit Cost $ _______________, CLIN 0013 7.5 MM FLIP CUTTER II MFR P/N: AR-1204AF-75 Qty: 2, Unit Cost $ _______________, CLIN 0014 8.0 MM FLIP CUTER II MFR P/N: AR-1204AF-80 Qty: 3, Unit Cost $ _______________, CLIN 0015 8.5 MM FLIP CUTTER II MFR P/N: AR-1204AF-85 Qty: 2, Unit Cost $ _______________, CLIN 0016 9.0 MM FLIP CUTTER II MFR P/N: AR-1204AF-90 Qty: 2, Unit Cost $ _______________, CLIN 0017 9.5 MM FLIP CUTTER II MFR P/N: AR-1204AF-95 Qty: 2, Unit Cost $ _______________, CLIN 0018 #2 FIBERSTICK, #2 FIBERWIRE MFR P/N: AR-7209 Qty: 4, Unit Cost $ _______________, CLIN 0019 TIGERSTICK, #2 TIGERWIRE MFR P/N: AR-7209T Qty: 2, Unit Cost $ _______________, CLIN 0020 COLLAGEN COATED FIBERLOOP MFR P/N: AR-7234B Qty: 6, Unit Cost $ _______________, CLIN 0021 COLLAGEN COATED FIBERWIRE #2 MFR P/N: AR-7200B Qty: 5, Unit Cost $ _______________, CLIN 0022 #2 TIGERWIRE, 38" WITH TWO TAPERED NEEDLES MFR P/N: AR-7205T Qty: 4, Unit Cost $ _______________, CLIN 0023 SUREFIRE SCORPION NEEDLE MFR P/N: AR-13991N Qty: 3, Unit Cost tiny_mce_marker_____________, CLIN 0024 SWIVELOCK TENODESIS BIO-COMPOSITE 8 X 19.5MM MFR P/N: AR-1662BC-8 Qty: 1, Unit Cost tiny_mce_marker_____________, CLIN 0025 ARTHEX PASSPORT BUTTON CANNULA MFR P/N: AR-6592-10-30 Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0026 REAMER, PILOTED HEADED, 8.5MM MFR P/N: AR-1455 Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0027 SUTURE, ANCH BIOCOMP SWI-VELOCK C, CLD 4.75X19.1MM MFR P/N: AR-2324BCC Qty: 1, Unit Cost tiny_mce_marker_____________, CLIN 0028 SUTURE ANCH BIOCOMP SWI-VELOCK C, CLD 5.5X19.1MM MFR P/N: AR-2323BCC Qty: 1, Unit Cost tiny_mce_marker_____________, CLIN 0029 SUTURE ANCHOR, PEEK SWIVELOCK C MFR P/N: AR-2323PSLC Qty: 1, Unit Cost tiny_mce_marker_____________, CLIN 0030 DISPOSABLES KIT, TRANS-TIBIAL ACL W/O SAW BLADE MFR P/N: AR-1898S Qty: 5, Unit Cost tiny_mce_marker_____________, CLIN 0031 DISPOSABLE INSTR. KIT FOR BIO-TENODESIS SCREW MFR P/N: AR-1676DS Qty: 1, Unit Cost tiny_mce_marker_____________, CLIN 0032 SUTURELASSO, 25 DEGREE TIGHT CURVE LEFT MFR P/N: AR-4068-25TL Qty: 12, Unit Cost tiny_mce_marker_____________, CLIN 0033 SUTURELASSO, 25 DEGREE TIGHT CURVE RIGHT MFR P/N: AR-4068-25TR Qty: 12, Unit Cost tiny_mce_marker_____________, CLIN 0034 SUTURELASSO SD, 30 DEG STRAIGHT MFR P/N: AR-4068-30 Qty: 8, Unit Cost tiny_mce_marker_____________, CLIN 0035 SUTURELASSO, 45 DEGREE, CURVE LEFT MFR P/N: AR-4068-45L Qty: 10, Unit Cost tiny_mce_marker_____________, CLIN 0036 SUTURELASSO, 45 DEGREE, CURVE RIGHT MFR P/N: AR-4068-45R Qty: 10, Unit Cost tiny_mce_marker_____________, CLIN 0037 90 DEG CURVE RIGHT MFR P/N: AR-4068-90R Qty: 5, Unit Cost tiny_mce_marker_____________, CLIN 0038 90 DEG CURVE LEFT MFR P/N: AR-4068-90L Qty: 5, Unit Cost tiny_mce_marker_____________, CLIN 0039 SUTURELASSO, 90 DEGREE STRAIGHT MFR P/N: AR-4068-90 Qty: 3, Unit Cost tiny_mce_marker_____________, CLIN 0040 SUTURELASSO, CRESCENT MFR P/N: AR-4068C Qty: 3, Unit Cost tiny_mce_marker_____________, CLIN 0041 CRYSTAL CANNULA MFR P/N: AR-6560 Qty: 3, Unit Cost tiny_mce_marker_____________, CLIN 0042 CANNULA, TWIST-IN MFR P/N: AR-6570 Qty: 15, Unit Cost tiny_mce_marker_____________, CLIN 0043 CANNULA, TWIST-IN MFR P/N: AR-6530 Qty: 8, Unit Cost tiny_mce_marker_____________, CLIN 0044 KNOTLESS TIGHTROPE SYN-DESMOSIS REPAIR KIT, SS MFR P/N: AR-8926SS Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0045 KNOTLESS TIGHTROPE SYN-DESMOSIS REPAIR TITANIUM MFR P/N: AR-8926T Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0046 IMPLANT SYSTEM, MINI TIGHTROPE, 1.1MM MFR P/N: AR-8914DS Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0047 CENTERLINE ENDOSCOPE SOFT TISSUE RELEASE INST MFR P/N: AR-8850 Qty: 4, Unit Cost tiny_mce_marker_____________, CLIN 0048 PROXIMAL TENODESIS IMPLANT SYSTEM REV: 0 MFR P/N: AR-2290 Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0049 SUTURE ANCHOR, BIO-COMP PUSHLOCK, 2.9 X 12.5MM MFR P/N: AR-2923BC Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0050 FIBERLINK MFR P/N: AR-7235 Qty: 1, Unit Cost tiny_mce_marker_____________, CLIN 0051 TIGERLINK MFR P/N: AR-7235T Qty: 1, Unit Cost tiny_mce_marker_____________, CLIN 0052 DRILL FOR 2.9MM PUSH-LOCK, VERY HARD BONE MFR P/N: AR-2923DT Qty: 4, Unit Cost tiny_mce_marker_____________, CLIN 0053 DRILL FOR 2.9MM PUSH-LOCK, HARD BONE MFR P/N: AR-2923D Qty: 4, Unit Cost tiny_mce_marker_____________, CLIN 0054 2.9MM PUSHLOCK & 4.5MM CORKSCREW FT, CANNULA MFR P/N: AR-1923MC Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0055 FIBERTAPE CUTTER MFR P/N: AR-13250 Qty: 1, Unit Cost tiny_mce_marker_____________, CLIN 0056 IMPLANT DELIVERY SYSTEM, DISTAL BICEPS REPAIR MFR P/N: AR-2260 Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0057 TIGHTROPE, ABS, IMPLANT MFR P/N: AR-1588TN Qty: 5, Unit Cost tiny_mce_marker_____________, CLIN 0058 TIGHTROPE, ABS, IMPLANT, OPEN MFR P/N: AR-1588TN-1 Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0059 TIGHTROPE, ABS, BUTTON, 8 X 12 MM MFR P/N: AR-1588TB Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0060 TIGHTROPE, ABS, 14 MM BUTTON MFR P/N: AR-1588TB-1 Qty: 3, Unit Cost tiny_mce_marker_____________, CLIN 0061 REAMER, LOW PROFILE MFR P/N: AR-1410LP Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0062 DRILL PIN, ACL TIGHTROPE OPEN EYELET, 4MM MFR P/N: AR-1595T Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0063 TENODESIS SCREW, BIOCOMPOSITE MFR P/N: AR-1530BC Qty: 1, Unit Cost tiny_mce_marker_____________, CLIN 0064 DISPOSABLES KIT FOR 3 X 8MM BIOTENODESIS MFR P/N: AR-1530DS Qty: 1, Unit Cost tiny_mce_marker_____________, CLIN 0065 TENODESIS SCREW, BIOCOMPOSITE MFR P/N: AR-1540BC Qty: 2, Unit Cost tiny_mce_marker_____________, CLIN 0066 TENODESIS SCREW, PEEK, VENTED MFR P/N: AR-1555PS Qty: 4, Unit Cost tiny_mce_marker_____________, CLIN 0067 TENODESIS SCREW, PEEK MFR P/N: AR-1655PS Qty: 3, Unit Cost tiny_mce_marker_____________, CLIN 0068 TENODESIS SCREW, PEEK MFR P/N: AR-1655PS-10 Qty: 4, Unit Cost tiny_mce_marker_____________, CLIN 0069 TENODESIS SCREW, PEEK MFR P/N: AR-1655PS-12 Qty: 1, Unit Cost tiny_mce_marker_____________, CLIN 0070 SHIPPING Qty:1, Unit Cost tiny_mce_marker_____________, Delivery Date: December 22, 2013 FOB DESTINATION Place of Delivery: NAVAL HOSPITAL CAMP PENDLETON ALFONZIA EDGE RECEIVING BLDG H-135 CAMP PENDLETON, CA 92055-5191 TEL: 760-725-1251 Responses/quotes MUST be received no later than December 17, 2013; 12:00 PM (Pacific Daylight Time). Forward responses by e-mail to danielle.patterson@med.navy.mil or fax to 760-725-1597. Due to technical issues, please allow additional time if you're using electronic means. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE FAR CLAUSES: (1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (FEB2012): (2) FAR 52.212-2: Evaluation - Commercial Items (JAN1999): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer is most advantageous to the Government. Evaluation of offers will be made in accordance with FAR Part 12.602, Streamlined Evaluation of Offers, using the following three (3) factors: (1) Technical Capability: Meets brand name or equal /Salient Features (required specifications) identified with "Description" of supplies. Contractors providing "as equal" items must provide the manufacture, parts numbers, and specification data adequate in determining whether the products meet the salient features provided for in the solicitation. The government will consider offers/quotes only from "authorize dealers" of the offered manufacturers. (2) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (3) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Technical and past performance, when combined, are approximately equal to cost or price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (DEC2012) or indication that offeror representations and certifications are in System for Award Management (SAM). (4)FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (FEB2012) (5)52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (NOV2012) OTHER CLAUSES, TERMS, AND CONDITIONS: INVOICING INSTRUCTIONS - MANDATORY: SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-877-251-WAWF (9293). (2) WAWF Vendor "Quick Reference" Guides are located at the following web site: http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information) (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC's, must be entered for completion of the invoice in WAWF: (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. Routing Table WAWF Invoice Type COMBO Contract Number N/A Delivery Order Number N/A Issuing Office DODAAC N68094 Admin Office DODAAC N68094 Inspector DODAAC (usually only used when Inspector & Acceptor are different people) N/A Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher) N68094 Acceptance At Other N68094 Local Processing Office (Certifier) N68094 DCAA Office DODAAC (Used on Cost Voucher's only) N/A Paying Office DODAAC HQ0248 Acceptor/COR Email Address N/A (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: Name Email Phone Role Ranit Kumar Ranit.Kumar@med.navy.mil 760-725-1739 Requesting Activity Michael Kline Michael.Kline@med.navy.mil 760-725-1393 WAWF Acceptor
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N68094-14-T-0004/listing.html)
- Record
- SN03243626-W 20131204/131202234146-0ac4a5194b0ca92ae77bbb2953022d03 (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 |