Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

65 -- Synthes Mini Fragment Instrument & Implant Sets

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62645-07-T-0184
 
Response Due
7/31/2007
 
Archive Date
8/15/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N62645-07-T-xxxx. Quotes are due not later than 3:30 P.M. EST on 31 JULY 2007. Provisions and clauses in effect through Federal Acquisition Circular 2005-09 are incorporated. NAICS 339112 (Size Standard - 500 Employees for purposes of reporting contact action). All qualified vendors able to provide brand name only Sythes sets described below are encouraged to submit a quote. The Naval Medical Logistics Command seeks to purchase from a responsible vendor for Brand Name Only (IAW FAR 6.302-1(c)) Synthes Complete Mini Instrument and Implant Sets, part number 105.48J. Specifically, the sets shall conform to FDA certification and shall be in compliance with the Navy?s 3-M Manual, OPNAVINST 4790.4D, the Defense Medical Standardization Board (DMSB), Deployable Medical System (DEPMEDS) program. Based on the above information, the only technically acceptable items are the brand name only Complete Synthes Mini Instrument and Implant Sets, part number 105.48J manufactured by Synthes. Vendor shall provide their quote for Synthes brand name only sets. All sets offered shall be complete sets. Warranty information shall be included in the Technical Quote. QUOTE CONTENT/FORMAT: Quotes shall be submitted either via email or fax format. Vendors shall submit complete quotes. EVALUATION FACTORS FOR AWARD: NMLC intends to award based on Technically Acceptable (meets the brand name only requirement)/ Low Price. Evaluation of price will be based on the offeror?s total price for all line items shown below. BUSINESS QUOTE INSTRUCTIONS: Offerors shall price each Contract Line Item Number (CLIN) and shall submit firm-fixed pricing for all CLINS, otherwise your quote will be determined to be substantially incomplete and not warrant any further consideration. If no separate price for a CLIN this must be stated. Brand name only. No substitutions will be allowed. Shipping shall be FOB Destination for multiple ship to addresses. Business quote shall specify the Total Price for each line item Business quotes will be evaluated for Completeness (all CLINS are priced) and Reasonableness (the degree to which the proposed prices compare to prices that are reasonable, prudent person would expect to incur for the same or similar equipment and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract. Include commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. Line Item 0001 - Complete Synthes Mini Instrument and Implant Sets, part number 105.48J; Total quantity for Line Item 0001 = 2 Sets (Shipping to Williamsburg, VA.) No manuals specifically requested, however if manuals are included with Set, do not remove them from shipment. OTHER ADMINISTRATIVE INSTRUCTIONS: In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business quote. INFORMATION TO BE INCLUDED IN BUSINESS QUOTE; Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. Submit email quotes (using PDF, MS Word, Excel attachments) to Debra Walker-Sykes at debra.walker-sykes@med.navy.mil. Fax quotes may be sent to 301-619-1132 Attn: Debra Walker-Sykes. Email quotes are preferred. Quotes are due not later than 3:30 P.M. EST on 31 JULY 2007. Address questions to Debra Walker-Sykes by email only NLT 3:30 P.M. EST on 26 JULY 2007.
 
Place of Performance
Address: Navy Expeditionary Medical Support Command, 108 Sanda Avenue Bldg 565, Williamsburg VA
Zip Code: 23185
Country: UNITED STATES
 
Record
SN01345869-W 20070720/070718222354 (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.