Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
SOLICITATION NOTICE

35 -- Phacoemulsifier

Notice Date
4/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
ZIP Code
00000
 
Solicitation Number
N62645-08-R-0013
 
Description
­­­­­­­­­­ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Proposal number is N62645-08-R-0013. Provisions and clauses in effect through Federal Acquisition Circular 05-24 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334510, with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. The Naval Medical Logistics Command request responses from qualified sources capable of providing a Phacoemulsifier system with the following: Salient Characteristics: The requirement is for a phacoemulsifier system. The phacoemulsifier system shall perform cataract extraction by removing patient cataractous lenses via the insertion of a probe, typically in the anterior chamber of the eye. The system shall have a control console and suction system as part of a free-standing mobile cart. The system shall have the ability to cut and emulsify the lens of the patient using ultrasonic waves. The system shall consist of hollow probe components (QTY 6) which can perform irrigation. The system shall have oscillating tips (QTY 12) that converts electric energy into ultrasonic waves. The system shall have a means for the aspiration of lens fragments (QTY 6). The system shall also include a vacuum pump and controls for output levels, irrigation rate, and mode of operation. Operator training is part of this procurement. Regulatory Requirements: The phacoemulsifier system and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. Quantity: 1 EACH Delivery: Delivery to Bethesda, MD. Responsibility and Inspection: Unless otherwise specified in the order, the offeror is responsible for the performance of all inspection requirements and quality control. Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the Best Value, cost and other factors considered. The technical and past performance factors, factors a. and b. below, combined are significantly more important than price, and are listed in descending order of importance. However, price may become a critical factor in the event that two or more offerors are determined to be essentially equal following the evaluation of technical and past performance factors. Evaluation of price will be based on the offeror's total price for all line items as delivered to NNMC Bethesda, MD. The Factors identified below are in descending order of importance and will be the evaluation factors used to evaluate all offers received: a. Technical - Offerors shall provide in sufficient detail a technical proposal that shall meet or exceed each of the requirements of the salient characteristics. b. Past Performance - Offerors shall provide at least three past contracts of similar size and complexity held within the last three years. Each past contract will be identified by the Past Performance instructions below. In the case of an offeror without a record of relevant past performance, the past performance will be viewed as neutral. c. Price - Offerors shall provide a firm fixed price for all line items, including delivery. The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to award to other than the lowest offeror if the Government determines that a price premium is warranted due to technical merit. The Government reserves the right to award to other than the highest rated offeror. The Government reserves the right to make no award as a result of this solicitation. This acquisition is being conducted under FAR 12.6 Streamlined Procedures for Commercial Items. Quote/Proposal Instructions: Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. The offeror should describe its past performance on three (3) similar contracts it has held within the last three (3) years which are for the same or similar equipment to that which is detailed in this solicitation or affirmatively state that offeror possesses no relevant directly related or similar past performance. Offerors who present similar contracts should provide a detailed explanation demonstrating the relevance of the contracts to the requirements of the solicitation. The offeror should provide the following information regarding its past performance: 1. Contract number(s), award date and dates of performance. 2. Name, phone number, and e-mail address of a point of contact at the federal, state, local government or commercial entity for which the contract was performed. 3. Dollar value of the contract. 4. Description of the equipment provided under the contract. 5. The number, type and severity of any quality or delivery problems in performing the contract, the corrective action taken and the effectiveness of the corrective action (if applicable). 6. Any other relevant information. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov ; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: 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; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; 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. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.247-34, F.O.B. Destination ; DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; 252.227-7015, Technical Data-Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Proposal Submission and Due Date: Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to Tameka Davis at tameka.davis @med.navy.mil. Proposals are due by 1200 Eastern Time on 28 APRIL 2008. Any questions must be addressed to Tameka Davis, by email only NLT 23 APRIL 2008. No phone calls accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a5adcd6469290940826d3b467155bbb3&tab=core&_cview=1)
 
Record
SN01548573-W 20080409/080407215952-a5adcd6469290940826d3b467155bbb3 (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.