Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2014 FBO #4487
SOLICITATION NOTICE

65 -- SURGICAL INSTRUMENTS - Sole Source

Notice Date
3/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NH Bremerton, Code 074, Bremerton, Washington, 98312-1898
 
ZIP Code
98312-1898
 
Solicitation Number
N68095-14-T-3027
 
Archive Date
3/27/2014
 
Point of Contact
Francine A Meester, Phone: 360-475-4307, Becky M Smith, Phone: 360-475-4462
 
E-Mail Address
francine.meester@med.navy.mil, rebecca.smith@med.navy.mil
(francine.meester@med.navy.mil, rebecca.smith@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole source Combined Synopsis/Solicitation Notice of Intent to Sole Source Solicitation Number: N68095-14-T-3027 Purchase Description: SURGICAL INSTRUMENTS 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 notice/announcement provides intent to award a "Sole Source" procurement. The Naval Hospital Bremerton, Material Management Department, Procurement Devision on behalf of the Main Operating Room is issuing this combined synopsis/solicitation, N68095-14-T-3027, as a Notice of Intent to Sole Source IAW FAR Part 5, Publicizing Contract Actions; 12, Acquisition of Commercial Items; & 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" employees. The Government intends to award a Commercial Firm Fixed-Price Sole Source Award to contractor "Depuy Mitek.". The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-72 effective January 30, 2014 and Defense Federal Acquisition Regulation Supplement DPN 20140129 effective January 29, 2014. The Sole Source Justification is attached. DESCRIPTION OF ITEMS/SERVICES: 215459 External Case Lid - 2 ea 215401 Shoulder Case - 2 ea 215403 RC & Instability Fixation Tray - 2 ea 211502 2.4mm Drill Bit - 2 ea 211033 2.9mm Drill Bit - 2 ea 211031 3.2mm Drill Bit - 2 ea 214541 GII Inserter Arthro - 2 ea 214623 Liberator Up - 2 ea 214619 Rasp Up - 2 ea 214624 Liberator Down - 2 ea 214620 Rasp Down - 2 ea 213705 Mallet - 2 ea 215407 Pathseeker Tray - 2 ea 214616 Crochet Hook - 2 ea 214615 Knot Pusher - 1 ea 211039 Gryphon Saw Tooth Guide - 2 ea 211037 Gryphon Fish Mouth Guide - 2 ea 211041 Gryphon Obturator - 2 ea 222288 Healix Knotless Awl - 2 ea 222314 Healix Advance 4.5mm Awl - 2 ea 222316 Healix Advance 4.5mm Cortical Tap - 2 ea 222315 Healix Advance 5.5/6.5mm Awl - 2 ea 222317 Healix Advance 5.5/6.5mm Cortical Tap - 2 ea 215406 Arthroscopic Instrument Tray - 2 ea 214646 Cordcutter - 2 ea 214642 Arthro Sixter Right - 2 ea 214643 Arthro Sixter Left - 2 ea 214601 Grasper Pen 35 Up - 1 ea 214600 Grasper Pen Straight - 1 ea 214602 Grasper Pen 45 Left - 1 ea 214603 Grasper Pen 45 Right - 1 ea 214626 Suture Manipulator - 4 ea 214604 Combo Grasper - 2 ea 222273 Healix Transtend 3.4mm Awl (PRC) - 2 ea 211035 Gryphon Tap - 2 ea SHIPPING CHARGES - 1 ea Responses/quotes MUST be received no later than March 12, 2014; 9:00 AM (Pacific Standard Time). Forward responses by e-mail to Francine.meester@med.navy.mil. Due to technical issues, please allow additional time if you're using electronic means. Offers, Challenges, and/or Capability Statements received in respond to this notice will not be used to determine an alternate awardee other than the proposed sole source contractor; responses will only be used by the Contracting Officer to determine whether to proceed with the proposed sole source procurement. For competition purposes this procurement will be posted as Unrestricted. 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) (JUL2013): (2) FAR 52.212-2: Evaluation - Commercial Items (JAN1999): Award will be made to the contractor who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer represents the lowest priced technically acceptable offer using the following evaluation criteria: (a) Technical Capability: Meets Sole Source Government requirement/specifications as identified within each CLIN or attached Performance Work Statement (PWS) or Statement of Work (SOW). For supplies and equipment the Government will consider offers/quotes only from "authorized distributors/resellers" of the offered manufacturers. (b) 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. (c) 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. (3) Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications - Commercial Items) (NOV2013) 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) (SEP2013) (5) FAR 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (JAN2014) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). INVOICE AND RECEIVING REPORT COMBO (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. DESTINATION / DESTINATION (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC HQ0248 Issue By DoDAAC N68095 Admin DoDAAC N68095 Inspect By DoDAAC N/A Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N68095 DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A ------------------------------------------------------------------------ (*Contracting Officer: Insert applicable DoDAAC information or ``See schedule'' if multiple ship to/acceptance locations apply, or ``Not applicable.'') (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. francisco.sandoval@med.navy.mil PHONE: (360) 475-4498 (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Name of Certifier/Department: Linda Anderson/Receipt Control E-Mail address of Certifier: linda.anderson@med.navy.mil Work Telephone # of Certifier: 360-475-4461 Name of Certifier/Department: Rosemarie Farrales/Receipt Control E-Mail address of Certifier: rosemarie.farrales@med.navy.mil Work Telephone # of Certifier: 360-475-4354 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68095/N68095-14-T-3027/listing.html)
 
Place of Performance
Address: NAVAL HOSPITAL BREMERTON, MEDICAL WAREHOUSE, ONE BOONE ROAD, BREMERTON, Washington, 98312-1898, United States
Zip Code: 98312-1898
 
Record
SN03303509-W 20140308/140306234711-5ef92f08183ae0b733689de318a963d1 (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.