Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2002 FBO #0276
SOLICITATION NOTICE

65 -- IT-2448 Baxter Spinal Tray With Sprotte Spinal needle with .075 Bupivicainee HCL in 8.25% Dextrose

Notice Date
9/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6809403RQ241
 
Point of Contact
Brian O'Donnell 619-532-3445 brian O'Donnell, Contract Specialist, 619-532-3445
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist
(brian_w_odonnell@sd.fisc.navy.mil)
 
Description
This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The purchase request number for this Request for Quotation is N6809403RQ24104. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 09. This solicitation is issued as a unrestricted procurement under Standard Industrial Code 3842 with a small business standard of 500 employees. FISC San Diego has a requirement for a Base Year and 4 options for the following items: 0001 IT-248 Baxter Spinal Tray with Sprotte Spinal needle with .075 Bupivicainee HCL in 8.25% Dextrose. Delivery to be made 5 cases per month for 12 months with delivery every first Monday of the month for the Naval Hospital Camp Pendleton, San Diego. Required delivery is F.O.B. Destination to Naval Hospital Camp Pendleton. Acceptance shall be at destination. This is a firm fixed price contract. Each offeror must also submit commercial catalogs containing the requested and other related items, with government discounts. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. The following provision apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimu m shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property, 52.246-2 Inspection of Supplies-Fixed Price. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Spe cial Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.ccr.gov for more information; 52.217-9 Option to extend the term of the Contract, 52.232-34 Payment by Electronic Funds Transfer.; 52.247-34 FOB Destination; DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for pa ragraph (b) DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number an d all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later than 3:00 p.m. PST, 09 September 2002 and will be accepted via FAX (619)-532-1088, Attn: Brian O'Donnell. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
 
Web Link
Click here to learn more about FISC san Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00156243-W 20020904/020902213104 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.