Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

65 -- Oral-Maxillo-Facial Surgical Implant Sets

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NH Okinawa, U. S. Naval Hospital Okinawa, Material Mgmt Dept PSC 482, Box 248, FPO, AP, 96362
 
ZIP Code
96362
 
Solicitation Number
N6847006RQRM028
 
Response Due
9/21/2006
 
Archive Date
10/6/2006
 
Description
This is a combined synopsis/solicitation prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The request for quote number is N6847006RQRM028. The following provisions and clauses apply plus any addenda: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications --Commercial Items; and FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items; additional FAR clauses cited in the clause are: 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. NAICS Code for this requirement is 339112. The intention is to award a Firm-Fixed Price contract. The U.S. Naval Hospital, Okinawa, Japan intends to negotiate a sole-source contract with KLS MARTIN L.P. for Oral-Maxillo-Facial Surgical Implant Sets (KLS Martin Sets includes instruments and implants) that will be used by Oral-Maxillo-Facial, Opthalmology, Dental, and Neurosurgical. However, any responsible source that can meet the requirements may submit the written notification to the Point of Contact (POC). Supporting documents must be furnished in sufficient detail, to demonstrate the contractor?s capability to provide and ability to comply with the requirements. Contractor must be registered in Central Contractor Registration. [Note: Lack of registration in the Central Contractor Registration will make a Contractor ineligible for award] Registration is available via the Internet at www.ccr.gov. The place of delivery will be DDJC Warehouse 30 CCP, 25600 S. Chrisman Road,Tracy, CA. All offerors must quote FOB Destination. The requirements are: 1) X-FIX SET, used for external fixation for severely comminuted fractures; includes external fixator, transcutaneous pins/screws and tools to adjust the equipment. 2) Lag Screw System, used for open reduction, internal fixation of mandible fractures; includes trocars, lag screw implants, drills to support delivery system. 3) Universal Screw Driver Set, used for removal of hardware; allows choice of all screwdriver heads to include internal hex and cruciate systems. 4) Cranio-Facial Plating System, used for open reduction internal fixation of midfacial fractures to include Lefort, Ocular, Zygomatic, and Frontal bone fractures. 5) Mandible Plating System, used for open reduction and internal fixation of mandible fractures and orthogenetic surgery; includes transcutaneous trocars, drill bits, and various sized implants (dynamic compression plates and reconstrution plates including threadlock plates). The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Technical capability of the item quoted to meet the Government requirement (including submission of descriptive literature); (2) Price. Quotes must be submitted to the POC no later than September 21, 2006; 12 pm; Japan standard time. Quotes shall be submitted via e-mail in Word, Excel, or PDF format to the POC, Jane Shiroma, at shiromaj@oki10.med.navy.mil or faxed to 011-81-98-939-5074. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, U.S. Naval Hospital, Okinawa, Japan will proceed with the sole source procurement.
 
Place of Performance
Address: US NAVAL HOSPITAL OKINAWA, PSC 482 BOX 248, FPO, AP
Zip Code: 96362-1695
Country: UNITED STATES
 
Record
SN01145428-W 20060917/060915221653 (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  © 1994-2020, Loren Data Corp.