Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

65 -- Brand Name Only Synthes Vectra-T Instrument, Thoracolumbar Spine, Screw Removal Set, Small Battery Drive Sets for USNS Mercy and for NEMSCOM

Notice Date
8/15/2007
 
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-R-0021
 
Response Due
8/29/2007
 
Archive Date
9/13/2007
 
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. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. The Request for Quote number is N62645-07-R-0021. Quotes are due not later than 3:30 P.M. EST on 29 Aug 2007. Provisions and clauses in effect through Federal Acquisition Circular 2005-18 are incorporated. NAICS 339112 (Size Standard - 500 Employees for purposes of reporting contact action). This is Full And Open Competition, all qualified vendors able to provide Brand Name Only Synthes sets described below are encouraged to submit a quote. There is only one manufacturer producing the Vectra-T Instrument & TI Implant Set, CAT# 01.613.200, a Thoracolumbar Spine Locking Plate Instrument & TI Implant Set, CAT# 145.875, Synthes Screw Removal Set, CAT# 105.971, and Synthes Small Battery Drive Sets, CAT# 105.955 which meets the minimum requirements of the government, and for which parts, supplies, and training are interchangeable. The use of Brand Name Only is essential to the Government's requirement, thereby precluding consideration of products manufactured by any other company. All US Department of Defense medical activities use the Synthes implant/surgery sets exclusively in the field environment. In order to ensure compatibility of materials, and that the instruments are compatible with the implants, it is necessary to use one and only one manufacturer's implants. The Naval Medical Logistics Command seeks to purchase from a responsible vendor (IAW FAR 13.501) QTY 1 Vectra-T Instrument & TI Implant Set, CAT# 01.613.200, QTY 1 Thoracolumbar Spine Locking Plate Instrument & TI Implant Set, CAT# 145.875, QTY 1 Synthes Screw Removal Set, CAT# 105.971, and QTY 6 Synthes Small Battery Drive Sets, CAT# 105.955 with 2 copies of both service and operator manual for each required above component/set. 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 Vectra-T Instrument & TI Implant Set, CAT# 01.613.200, Thoracolumbar Spine Locking Plate Instrument & TI Implant Set, CAT# 145.875, Synthes Screw Removal Set, CAT# 105.971, and Synthes Small Battery Drive Sets, CAT# 105.955 manufactured by Synthes. Vendor shall provide their quote for Synthes Brand Name Only sets. All sets offered shall be complete sets. Only quotes offering all required items will be considered. 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 Low Price/Technically Acceptable LPTA (exactly the brand name only items required). Evaluation of price will be based on the offeror?s total price for all line items shown below. This acquisition is being conducted under FAR 13.5 Commercial Test Program. Past Performance is not an evaluation factor for this acquisition. Price is important as the Government intends to award to the low priced offeror offering the required items. The government intends to evaluate proposals and award without discussions with offerors. Therefore, the offeror?s initial proposal should contain the offeror?s best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. BUSINESS QUOTE INSTRUCTIONS: Offerors shall price each Contract Line Item Number (CLIN) and shall submit firm-fixed pricing for all CLINS, otherwise quote will be determined to be substantially incomplete and not warrant any further consideration. If not separately priced for a CLIN, then this must be stated. This acquisition is for Brand Name Only, and no substitutions will be allowed and all items must be offered. Shipping shall be FOB Destination to addresses. Business quote shall specify the Total Price for all CLINS. 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. Include any applicable discounts to the Government. Line Item 0001 - Synthes Brand Name Only Complete Vectra-T Instrument & TI Implant Sets, part number 01.613.200; Total quantity for Line Item 0001 equals 1 Set (Shipping to SAN DIEGO, CA NOT LATER THAN (NLT) 30 September 2007) Each Set shall be shipped with 2 Operator manuals and 2 Service manuals. LINE ITEM 0001 PRICE $ ____________________ Line Item 0002 - Synthes Brand Name Only Complete Thoracolumbar Spine Locking Plate Instrument & TI Implant Sets, part number 145.875; Total quantity for Line Item 0002 equals 1 Set (Shipping to SAN DIEGO, CA NLT 30 September 2007.) Each Set shall be shipped with 2 Operator Manuals and 2 Service manuals. LINE ITEM 0002 PRICE $ ____________________ Line Item 0003 - Synthes Brand Name Only Complete Screw Removal Set, part number 105.971; Total quantity for Line Item 0003 equals 1 Set (Shipping to SAN DIEGO, CA NLT 30 September 2007.) Each Set shall be shipped with 2 Operator Manuals and 2 Service manuals. LINE ITEM 0003 PRICE $ ____________________ Line Item 0004 - Synthes Brand Name Only Complete Small Battery Drive Sets, part number 105.955; Total quantity for Line Item 0002 equals 6 Sets (Shipping to WILLIAMSBURG, VA NLT 30 September 2007.) Each Set shall be shipped with 2 Operator Manuals and 2 Service manuals. LINE ITEM 0004 PRICE $ ____________________ TOTAL QUOTED PRICE $ ____________________ Reflecting any discounts to the Government. Include Commercial Catalog Price List and any available Federal Supply Schedule. OTHER ADMINISTRATIVE INSTRUCTIONS: Part of being determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business quote. Also, please indicate if your company uses WAWF for invoicing. 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 Richard Taylor at richard.taylor@med.navy.mil. Fax quotes may be sent to 301-619-1132 Attn: Richard Taylor. Email quotes are preferred. Quotes are due not later than 3:30 P.M. EST on 29 August 2007. Address questions to Richard Taylor by email only NLT 3:30 P.M. EST on 23 August 2007.
 
Place of Performance
Address: San Diego, CA, Williamsburg, VA
Zip Code: 92136
Country: UNITED STATES
 
Record
SN01373912-W 20070817/070815222511 (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.