Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
SOLICITATION NOTICE

65 -- Requirements Contract for Integrated Cable Wand EVac T&A EIC6870-01 and ReFlex Ultra45 EIC4845-01 or equal to be combatible with Coblator II Surgery System or equal system.

Notice Date
4/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-05-T-0101
 
Response Due
4/25/2005
 
Archive Date
6/24/2005
 
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 solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requeste d and a written solicitation will not be issued. W91YTZ-05-T-0101 is a request for quotation (RFQ); its document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-23 and 2001-19 Update. This is an unrestricted procurement. The Standard Industrial Classification Code is 3841 and the small business size standard is 500. The North American Industry Classification System Code is 339112. PERFORMACE WORK STATEMENT: Base Year 1 May 05 - 30 Apr 06 ITEM 0001AA: Integrated Cable Wand Evac T&A EIC6870-01 or equal - 300 each UNIT PRICE___________TOTAL AMOUNT__________. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, intends to issue a requirements contract with a base year and four corresponding option years for the period 1 May 05 through 30 April 2010 for providing an Integrated Cable Wand, EIC6870-01 o r equal, the Integrated Cable Wand ReFlex Ultra 45 RIC4845-01 or equal. In addition to the items being purchased, the contractor shall furnish at no additional cost, the ArthoCare Coblator II System EC8000-01 or equal ENT Surgery System (to include maint enance or replacement of the surgical equipment throughout the life of the contract and required arthroscopy pump tubing) Offers will be based on furnishing ESTIMATED monthly quantities of the Wands. It is estimated that 25 each will be ordered per month.= 300 per year. The cable wands are for the Department of Surgery/OR, Womack Army Medical Center (WAMC), Fort Bragg, NC. Exact quantities and delivery dates will be requested by a designated, authorized representative from the departments by issuance of a delivery order (DO) and will be paid for by Government IMPACT credit card. The DO or may be issued orally, by facsimile or electronic commerce. Shipments shall be delivered to Womack Army Medical Center, Building 4-2817, Reilly Road, Fort Bragg, NC 2931 0-5000 as ordered by delivery order, FOB destination. Acceptance will be made by Womack Army Medical Center at destination. ITEM 0001AB: Integrated Cable Wand ReFlex Ultra 45 EIC4845-01 or equal - 120 each UNIT PRICE __________TOTAL AMOUNT _______. It is estimated at 10 per month=120 per year in support of surgical procedures using the Coblator II or equal system. Government Point of Contact (POC): Sandra Bulls Telephone: 910-907-6954 Email: Sandra.Bulls@na.amedd.army.mil ITEM 1001AA: FIRST OPTION YEAR. Integrated Cable Wand Evac T&A EIC6870-01 or equal - 300 each UNIT PRICE___________TOTAL AMOUNT__________. ITEM 1001AB: Integrated Cable Wand ReFlex Ultra 45 EIC4845-01 or equal - 120 each UNIT PRICE __________TOTAL AMOUNT _______. ITEM 2001AA: SECOND OPTION YEAR. Integrated Cable Wand Evac T&A EIC6870-01 or equal - 300 each UNIT PRICE___________TOTAL AMOUNT__________. ITEM 2001AB: Integrated Cable Wand ReFlex Ultra 45 EIC4845-01 or equal - 120 each UNIT PRICE __________TOTAL AMOUNT _______. ITEM 3001AA: THIRD OPTION YEAR. Integrated Cable Wand Evac T&A EIC6870-01 or equal - 300 each UNIT PRICE___________TOTAL AMOUNT__________. ITEM 3001AB: Integrated Cable Wand ReFlex Ultra 45 EIC4845-01 or equal - 120 each UNIT PRICE __________TOTAL AMOUNT _______. ITEM 4001AA: FOURTH OPTION YEAR. Integrated Cable Wand Evac T&A EIC6870-01 or equal - 300 each UNIT PRICE___________TOTAL AMOUNT__________. ITEM 4001AB: Integrated Cable Wand ReFlex Ultra 45 EIC4845-01 or equal - 120 each UNIT PRICE __________TOTAL AMOUNT _______. The following provisions in their latest editions apply to this solicitation. (1) 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices (including Option Years); (2) Technical capability to include product literature, catalog price lists if available; (3) c ompleted copy of FAR 52.212-3. Offer Representations and Certifications-Commercial items, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone numbe r, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following facto rs shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offeror's technical proposal m ust demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will be ev aluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performan ce records under the various factor evaluations, or offeror's record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists ba sed on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time , meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and cu rrent records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. - Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. (2) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer. (3) FAR 52.212-4, Contract Terms and Conditions, Key Personnel; and FAR Clauses 52.217-8(30 days prior to expirat ion of the contract), 52.217-9 (a) 30 days; Intent letter within 60 days; 52.232-19 (30 September 2005). (4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31), (5) DFAR 252.232-7003 (6) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp In addition, the following FAR clauses for requirement type/multi year contracts apply: (1) 52.216-18 Ordering (1 May 05 - 30 Apr 06) (2) 52.216-19 Order Limitations (a) 1 ea, (b)(1) 420 ea; (2) 420 ea; (3) 5 days (1) 52.216-21 Requirements METHOD OF SUBMMISSION OF OFFERS for this solicitation shall be addressed to North Atlantic Regional Contracting Office, ATTN: Sandra Bulls, email Sandra.Bulls@na.amedd.army.mil or by Fax (910) 907-9307), NOT LATER THAN 25 APRIL 2005 12 NOON, EDT. For te chnical questions, Government Point of Contact is Sandra Bulls at 910-907-6954.
 
Place of Performance
Address: North Atlantic Regional Contracting Office Womack Army Medical Center Contracting Cell, Bldg 4-2817 Reilly Road Fort Bragg NC
Zip Code: 28310
Country: US
 
Record
SN00791194-W 20050421/050419212333 (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.