Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 23, 2016 FBO #5326
SOLICITATION NOTICE

65 -- Prosthetic Supplies for Making Casts and Prosthetic Devices

Notice Date
6/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-16-T-0147
 
Archive Date
7/12/2016
 
Point of Contact
Elizabeth Sanders,
 
E-Mail Address
elizabeth.n.sanders.civ@mail.mil
(elizabeth.n.sanders.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial supplies prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial service as described in the schedule below. The proposed contract action is for Prosthetic Supplies for making Casts and Prosthetic Devices 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 N00259-16-T-0147 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88. It is the contractor's responsibility to be familiar with the applicable clauses and provisions referenced herein. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The North American Industry Classification System (NAICS) Code for this acquisition is 339113. DELIVERY ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Dr, San Diego, CA 92134-5000. The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose conforming response is determined to provide the best value to the Government, price and non-price factors considered. The following factors shall be used to evaluate offers. FACTOR 1: Technical Capability: Technical Capability is defined as the ability of the products to meet the salient characteristics needed and stated in this solicitation. FACTOR 2: Delivery Schedule and Shipping Terms: Delivery Schedule is defined as the lead time necessary to receive the product by the delivery date requested and Shipping Terms is defined as the ability to provide the shipping terms requested. Shipping costs should be included as part of unit cost for each CLIN. See F.o.b. destination clause below. FACTOR 3: Price: the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules. All prices quoted should include shipping cost-no separate CLIN for shipping. See F.o.b. destination clause below. Technical capability and delivery schedule, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation. 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 (APR 2012). 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 System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov. Electronic submission of Quotes: Quotations shall be submitted electronically by email to elizabeth.n.sanders.civ@mail.mil, Attention: Elizabeth Sanders. Email submissions are limited to 20MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 27 June 2016 2016, 2:00 PM, Pacific Time to be considered. The following Prosthetic Supplies are required for making Casts and Prosthetic Devices CLIN 0001, Carbon Fiber Cloth, black For partial high-strength laminate reinforcements and absorption of lamination resins Length 10 m x Width 1,200 mm Quantity: (2), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0002, Silicone Spray 3% Mold release spray, for use in preventing mold from forming in the silicone. Must have the following salient characteristics: FDA Approved, Extremely Fast Evaporation, Low Toxicity, UL Approved, USDA Rated H-1, No Ozone-Depleting Substance Quantity: (2), Unit of Issue: Cases (of 12) Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0003, Lightweight Polyethylene Foam Sheets- Firm 5mm and 3/16" White As used for socket padding in cast making. Non-perforated, non-allergenic and moldable Quantity: (6), Unit of Issue: Sheet Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0004, PVA Bags Width 8" x Length 40" As used in cast making to laminate the membrane. Quantity: (40), Unit of Issue: packages (of 20 bags each) Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0005, Carbon Uni-direction Stockinette 150mm width x 5mm length For axial reinforcement of thin-walled resin laminates Stockinette with elastic weft Quantity: (24), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0006, 3K Carbon Tape Roll 4" width x 50' length, Black For use to reinforce areas of composite or orthotic devices and must be lightweight, plain weave construction with finished edge, easy to wet and uniform in strength in all directions. Quantity: (12), Unit of Issue: Roll Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0007, Stockinette made with Spectra and Carbon 5" width x 25 yards For use on the inner layer of two stage lamination Quantity: (12), Unit of Issue: Roll Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0008, Air Lock w/pin- 120 psi For Suspension; used in lower extremity prosthetic cases Quantity: (50), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0009, Casting Balloons Large, Latex 4" x 10.5" To cover and seal molds Quantity: (12), Unit of Issue: Package of 25 Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0010, 50 Grit (Mini) Sanding Cone- Fits 2100P sanding Core- for sanding excess plaster off casting models Quantity: (30), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0011, 100 Grit (Mini) Sanding Cone Fits 2100P sanding Core- for sanding excess plaster off casting models Quantity: (30), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0012, Small Red Tycro Polishing Cone 1" Diameter x 4" Length For finishing rough edges of plastic and carbon sockets Quantity: (12), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0013, Rotatable Socket Adaptor- Titanium, 300 lbs. For mounting components of the prosthetic together Quantity: (24), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0014, Suspension Sleeve for the Knee, size 4, Black Suspension sleeve for the knee to increase comfort, flexibility and range of motion Quantity: (8), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0015, Transfemoral Suction Valve with Auto Expulsion For use in laminated or thermoplastic sockets, for transfemoral suction socket applications, physical characteristics include aluminum and plastic body/insert with 1.5" diameter Quantity: (25), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0016, Scandinavian Flexible Socket Valve Non Adjustable w/plastic housing Used for thermoforming. Distal end of valve insert to top of threads=10.8mm, diameter at base of valve= 22mm Quantity: (25), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0017, Breathable and Flexible AK Suspension Belt, S Donned by amputee that has amputation above the knee Quantity: (5), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0018, Breathable and Flexible AK Suspension Belt, M Donned by amputee that has amputation above the knee Quantity: (10), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0019, Breathable and Flexible AK Suspension Belt, L Donned by amputee that has amputation above the knee Quantity: (10), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0020, Transparent Thermoplastic Sheet 1/4" 32" x 48" Vacuum formable plastic for diagnostic sockets; used to make molds of limbs Quantity: (12), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0021, Opaque Thermoplastic Sheet with Silicone 1/4" 32" x 48" Vacuum formable plastic for diagnostic sockets; used to make molds of limbs Flexible socket material, self-adhesive Quantity: (12), Unit of Issue: Each Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ CLIN 0022, 120 Grit Sanding Screen Sheets 9"x11" Used for sanding rigid plaster off of prosthetic limbs Quantity: (6), Unit of Issue: Pack of 25 Delivery date: By 8 July 2016 Unit Price: ____________ Total CLIN Price: ____________ This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (Jul 2013) 52.204-13 Central Contractor Registration - Maintenance (Jul 2013) 52.212-1 Instruction to Offerors-Commercial Items (Oct 2015) 52.212-2, Evaluation - Commercial Items (Oct 2014), (evaluation factors shown above) 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2016) 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Mar 2016) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) 52.247-34 F.o.b. Destination (Nov 1991) (a) The term "f.o.b. destination," as used in this clause, means -- (1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall -- (1) (i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ (End of clause) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7012 (Dev) Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (Dec 2013) 252.225-7000 Buy American--Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American and Balance of Payment Program (Dec 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (Provides information and instructions for submitting invoices) 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://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/forfo_protection/rapid_gate.html, and 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0147/listing.html)
 
Place of Performance
Address: Naval Medical Center San Diego, 34800 Bob Wilson Dr, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN04156305-W 20160623/160621234126-d9e1ecd8ab73a4495981e4651902de65 (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.