Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 11, 2014 FBO #4704
SOLICITATION NOTICE

65 -- Synthes, Inc. surgical implants

Notice Date
10/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F-14-A-0001
 
Response Due
11/10/2014
 
Archive Date
12/10/2014
 
Point of Contact
Elena Hughes, 496371-94645434
 
E-Mail Address
European Regional Contracting Office
(elena.m.hughes2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W9114F-15-A-0001 is issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423450. The Europe Regional Contracting Office has a requirement to establish a Blanket Purchase Agreement (BPA) for Synthes, Inc., Brand Name or Equal, surgical instruments and replenishment plates and screws. The BPA prices shall include commercial door-to-door shipping to Landstuhl Regional Medical Center (LRMC), Germany. Shipping to the containerization site at New Cumberland is not authorized. Ship to Address: Landstuhl Regional Medical Center (U.S. Krankenhaus) ATTN: PMB - Ms Anne Braxton, BLDG 3739 66849 Landstuhl, Germany. A list of required items is attached. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.203-3 Gratuities (APR 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) Alternate I 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (JAN 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.209-9 Updates of Publically Available Information Regarding Responsibility Matters (JUL 2013) 52.211-6 Brand Name or Equal (AUG 1999) 52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2014 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. - NOV 2011 52.232-1 Payments (APR 1984) 52.232-18 Availability of Funds (APR 1984) 52.232-36 Payment by Third Party (MAY 2014) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.242-13 Bankruptcy (JUL 1995) 52.247-34 F.O.B. Destination (FEB 2006) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.209-7004 Subcontract with Firms that are Owned or Controlled by the Government of a Terrorist Country (MAR 2014) 252.225-7012 Preference for Certain Domestic Commodities (FEB 2013) 252.225-7048 Export-Controlled Items (JUN 2013) 252.229-7002 Custom Exemptions (Germany) (JUN 1997) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7008 Assignment of Claims (Overseas) (JUN 1997) 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (DEC 2006) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.233-7001 Choice of Law (Overseas) (JUN 1997) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2011 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - MAY 2012 (Deviation) 52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I - AUG 2007 52.252-1 Solicitation Provisions incorporated by Reference - FEB 1998 52.252-2 Clauses incorporated by Reference - FEB 1998 52.252-5 Authorized deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information NOV 2013 ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - FEB 2012 Quoter shall submit written narratives that will demonstrate how their product(s) meet the salient characteristics below. Vendors offering an equal product must submit a written narrative describing how the product is equal to the Brand Name items on the required items list. All quotes must meet the following technical evaluation factors: Factor I - Technical. All Items quoted are stocked according to Synthes reference numbers that correspond to Synthes surgical sets. Items are compatible with Synthes sets currently on-hand at LRMC. (See attachment). Vendor can ship all items commercially to Landstuhl, Germany within two business days of the BPA call. All items shall be FDA approved. Items that are not FDA approved shall be annotated with the reason, they are not approved; i.e. approval not required, approval pending but cleared for use, etc. Vendor has an active registration in the System for Award Management (SAM). Factor II - Price. The Government will select the quote that is based upon the LPTA quote. All required items shall have been priced by the vendor. If the vendor failed to price all required items, the quote will not be considered for award. ADDENDUM TO FAR 52.212-2 The Government will award a BPA resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award quotes must meet the technical evaluation factors described above. EVALUATION STANDARDS. The quoter's technical quote will be evaluated using the following standards for a final rating: ACCEPTABLE: A quote that meets the Government's Salient Characteristics identified in the solicitation. UNACCEPTABLE: A quote that fails to meet the Government's Salient Characteristics identified in the solicitation. SPECIAL NOTE: All vendors must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at https://www.sam.gov/. All quotes are due by November 10, 2014, before 04:00 pm Central European Time. Offers may be sent via email to elena.m.hughes2.civ@mail.mil, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Elena Hughes, phone # 011 49 6371 9464 5434 or at elena.m.hughes2.civ@mail.mil. Vendors may submit questions regarding the solicitation until 31 October 2014. ADDENDUM TO 52.212-4 Amend Para (a) to include - The contractor will provide the following: 1) Display and control labels will be in English 2) Minimum of one-year warranty 3) FDA approved, 510K compliant as required. 4) The delivered supplies shall be new and not a used or re-manufactured product. (v) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-14-A-0001/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN03548006-W 20141011/141009235451-ec3c1337149b98945cd7fc95cbe6f9dc (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.