Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

65 -- Various Surgical Anchors, Sutures, and Cannulas

Notice Date
3/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-06-T-0036
 
Response Due
3/22/2006
 
Archive Date
4/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Requirement: Surgical anchors, sutures, and cannulas that aid in the stabilization of rotator for shoulder procedures. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6, using Simplified Acquisition Procedures for Commercial items found at FAR 13. The intended award date will be 22 March 2006. Delivery schedules will be identified at contract award. Offerors must be registered in the Central Contractor Registration; website is www.ccr.gov to be considered for award. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses and provisions maybe accessed in full text at these addresses: www.arnet.gov/far and http://farsite.hill.af.mil. NMCSD requests responses from qualified sources capable of providing the following items: CLIN0001: Bio-Suture Tack Double; CLIN0002: Twist in Cannula, 7X7; CLIN0003: 2-0 Fiberwire; CLIN0004: 3.0mm Bio-Fastak Suture; CLIN0005: Drill Tip Guide Wire; CLIN0006: 2.0 Fiberwire Meniscus; CLIN0007: Bio-Fastak with 2 #2 Fiberwire; CLIN0008: #5 Fiberwire Arthrex; CLIN0009: Twist in Cannula, 8.25X7; and, CLIN0010: 3.0 Bio-Suturetak Anchor; This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-8 and DFAR Change Notices effective through 6/21/05. Applicable clauses are FAR 52.212-1, Instructions to Offerors, Commercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.204-7 Central Contractor Registration, 252-225-7002 Qualifying Country Sources As Subcontractors, 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies with the following applicable clauses: 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restrictions on Certain Foreign Purchases. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses: DFARS 252.225-7001, Buy American Act and Balance of Payment Program and 252.232-7003 Electronic Submission of Payment Requests, 52.232-18, Availability of Funds (4/84), 52.212-3, Offeror Representation and Certifications, Commercial Items. 52.217-9, Option to Extend the term of the Contract; 52.217-5, Evaluation of Options; 52.217-8, Option to extend Services; 52.212-2, Evaluation ? Commercial Items (1/99). The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following Evaluation factors will be used to determine Best Value: 1. Technical Capability. Defined as ?as an assessment of the prospective contractor's key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to produce the required product or provide the required service,? must specifically address a management plan in providing service IAW the Statement of Work (SOW). 2. Past Performance. Provide references, specifically addressing, surgical anchors, sutures, and cannulas that aid in the stabilization of rotator for shoulder procedures in the last 3 years. 3. Price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. Technical and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. A price evaluation will only be conducted on offerors found to be technically acceptable and possess or have demonstrated qualified experience relevant to the scope of this solicitation. In submitting your quote, include your company?s complete mailing and remittance addresses, discounts for prompt payment, if any, Commercial and Government Enity (CAGE) code, Dun and Bradstreet number, and federal tax ID number. All required FAR 52.212-3 Certifications and Representations must be completed and submitted along with your quote. Quotes are accepted in any form by Fax or E-mail to: Mr. Danilo L. Yu, Contract Specialist, 619-532-8100, dlyu@nmcsd.med.navy.mil. Offers may be faxed to 619-532-5596. Please use the Reference Number N00259-06-T-0036 when submitting your quote.
 
Place of Performance
Address: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA 92134
Zip Code: 92134
 
Record
SN01010224-W 20060322/060320213131 (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.