Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2014 FBO #4458
SOLICITATION NOTICE

65 -- Implant Instrumentation (IO Fix Stock Replenishment) - N0025914T0084

Notice Date
2/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N0025914T0084
 
Archive Date
3/7/2014
 
Point of Contact
Merlinda M Labaco, Phone: (619) 532-8122
 
E-Mail Address
merlinda.labaco@med.navy.mil
(merlinda.labaco@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Implant Instrumentation (IO Fix Stock Replenishment) The proposed contract action is for commercial items which the Naval Medical Center San Diego intends to solicit on a sole source basis under the authority of FAR 13.106(1) (b). This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, Extremity Medical LLC at 300 Interpace Pkwy, Parsippany, NJ 07054-1148. All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-14-T-0084 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 339113: Size: 500. This is 100% small business set aside. CLIN 0001 X-Post Blue (60 Deg) 8.0 x 20mm; Part # 118-80620; Quantity: 10; Unit of Issue: Each; Price: __________; Extended Price: __________ CLIN 0002 X-Post Blue (60 Deg) 8.0 x 25mm; Part # 118-80625; Quantity: 10; Unit of Issue: Each; Price: __________; Extended Price: __________ CLIN 0003 Lag Screw (Cannulated Tapered) 5.0 x 30mm; Part # 118-50030; Quantity: 10; Unit of Issue: Each; Price: __________; Extended Price: __________ CLIN 0004 Lag Screw (Cannulated Polyaxial) 5.0 x 30mm; Part # 118-50130; Quantity: 10; Unit of Issue: Each; Price: __________; Extended Price: __________ CLIN 0005 Trocar Guide Wire Dia = 1.6mm; Part # 101-00006; Quantity: 30; Unit of Issue: Each; Price: __________; Extended Price: __________ CLIN 0006 3.4mm Cannulated Drill; Part # 101-00012; Quantity: 20; Unit of Issue: Each; Price: __________; Extended Price: __________ CLIN 0007 4.5mm Cannulated Drill; Part # 101-00013; Quantity: 20; Unit of Issue: Each; Price: __________; Extended Price: __________ CLIN 0008 8.0/9.5 X-Post Reamer; Part # 118-00006; Quantity: 20; Unit of Issue: Each; Price: __________; Extended Price: __________ The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-72. This acquisition incorporates the following FAR clauses: 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Item (JUL 2013) 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013) 52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification (FEB 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2013) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) 52.233-3 Protest after Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L. 108-77, 108-78) 52.204-10 Reporting Executive Compensation and First -Tier Subcontract Awards (JULY 2010) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C., 6101 note) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 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) 52.223-18 encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.225-7001 Buy American and Balance of Payments Program (JUN 2012) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) Quotations will be evaluated based on technical capability, delivery, and price. Technical capability and delivery when combined are more important than price. The Government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2013). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering Systems (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to merlinda.labaco@med.navy.mil or by facsimile at 619-532-5596, Attention: Merlinda M. Labaco. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due before close of business on 20 February 2014, 12PM Local time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0084/listing.html)
 
Place of Performance
Address: US Naval Hosptal Okinawa, 4551 East Philadelphia Street, Ontario, California, 91761, United States
Zip Code: 91761
 
Record
SN03281946-W 20140207/140205234404-2cbc372bb1b92383d0be87afc3f4c063 (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.