Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

65 -- Requirement for ACL Disposable Kits.

Notice Date
8/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W845XTR81191050
 
Response Due
8/15/2008
 
Archive Date
10/14/2008
 
Point of Contact
Roland Jasso, 210-221-4964<br />
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation W45XTR81191050 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This acquisition is set-aside 100% for small business under NAICS code 339113 and the small business size standard is 500 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. The requirements in this solicitation are: BASE YEAR: CLIN 0001: ACL Disposable Kits, Catalog #232300 CLIN 0002: IDEAL SUTURES Grasper 15 Deg. Catalog # 251720, CLIN 0003: IDEAL SUTURE Grasper 30 Deg. Catalog # 251721, CLIN 0004: SLINGSHOT T-LOOPS passer, Catalog #254232 CLIN: 0005: ABSOLUTE GUIDE wire, Catalog #254514 1st OPTION YEAR CLIN 0001: ACL Disposable Kits, Catalog #232300 Delivery CLIN 0002: IDEAL SUTURES Grasper 15 Deg. Catalog # 251720. CLIN 0003: IDEAL SUTURE Grasper 30 Deg. Catalog # 251721. CLIN 0004: SLINGSHOT T-LOOPS passer, Catalog #254232. CLIN: 0005: ABSOLUTE GUIDE wire, Catalog #254514. 2nd OPTION YEAR CLIN 0001: ACL Disposable Kits, Catalog #232300. CLIN 0002: IDEAL SUTURES Grasper 15 Deg. Catalog # 251720. CLIN 0003: IDEAL SUTURE Grasper 30 Deg. Catalog # 251721. CLIN 0004: SLINGSHOT T-LOOPS passer, Catalog #254232. CLIN: 0005: ABSOLUTE GUIDE wire, Catalog #254514. 3rd OPTION YEAR CLIN 0001: ACL Disposable Kits, Catalog #232300. CLIN 0002: IDEAL SUTURES Grasper 15 Deg. Catalog # 251720. CLIN 0003: IDEAL SUTURE Grasper 30 Deg. Catalog # 251721. CLIN 0004: SLINGSHOT T-LOOPS passer, Catalog #254232. CLIN: 0005: ABSOLUTE GUIDE wire, Catalog #254514. 4th OPTION YEAR CLIN 0001: ACL Disposable Kits, Catalog #232300. CLIN 0002: IDEAL SUTURES Grasper 15 Deg. Catalog # 251720. CLIN 0003: IDEAL SUTURE Grasper 30 Deg. Catalog # 251721. CLIN 0004: SLINGSHOT T-LOOPS passer, Catalog #254232. CLIN: 0005: ABSOLUTE GUIDE wire, Catalog #254514. Salient Characteristics are: The Mitek VAPR Electro surgical system, when used with a VAPR electrode or VAPR FLEX Electrode, is intended for resection, ablation, and excision of soft tissue, hemostasis of blood vessels and coagulation of soft tissues in patients requiring arthroscopic surgery of the knee, shoulder, ankle, elbow and wrist. The Mitek VAPR Electrosurgical System, when used with a VAPR T Thermal Electrode, is intended for coagulation of soft tissues in patients requiring arthroscopic surgery of the knee, shoulder, ankle, elbow and wrist. Delivery, will be as needed and orders will be placed by authorized staff personnel. Shipping shall be FOB destination to Carl R. Darnall Army Community Hospital, Fort Hood, Texas 76544-5063. Evaluation Process: All proposals will be evaluated in accordance with the following criteria: Evaluation Factors: Technical Capability, Past Performance, and Price. Technical Capability and Past Performance when combined are significantly more important than Price. 1. Technical Capability. If providing an equal, please comply with FAR Clause 52.211-6, Band Name or Equal. NOTE: Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used will be considered insufficient. Insufficient explanations of how your company will comply with the above of this solicitation may cause your quote to receive a MARGINAL or UNSATISFACTORY rating. 2. Past Performance. Offerors are required to provide Past Performance Questionnaires from Two (2) firms/entities for which they are currently or have recently provided the same or similar supplies and/or equipment. Provide with your quote, the company names, telephone numbers, and points of contact that will provide the completed questionnaires for your quote. If an Offeror provides more than two past performance references, the Contracting Officer will consider only the first two listed references in the award decision. It is the offerors responsibility to ensure past performance references submit completed questionnaires directly to the Great Plains Regional Contracting Office (see below) by the solicitation closing date and time., the Contracting Officer may also consider any additional past performance information that is available to the Government. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the offerors. 3. Price. 4. Award will be all or none basis. Evaluation Process: All quotes will be evaluated in accordance with the following criteria: 1. Each vendor will be evaluated on its overall Past Performance under the existing or prior contracts for the same or similar supplies and/or equipment as well as Technical Capability. Pricing will be evaluated to determine value offered for the price and the extent to which it is fair and reasonable in terms of the Governments requirement. The Government reserves the right to evaluate quoted prices on the basis of price realism and will consider quoted prices as an indication of understanding the scope and complexity of the governments requirement. 2. The award decision will be based on the Best Value offered to the Government and not solely on price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of all factors. 3. Technical Capability and Past Performance are equal in importance, and when combined, are significantly more important than price. Price could become the determinative selection factor if the quality of quotes is determined to be essentially equal, or if a quote deemed superior in technical quality is determined not to worth the high price premium. The Trade-off between technical merit and price could result in awarding to other than the low offeror. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. Clause 52.211-6 (and other clauses throughout this solicitation) can be viewed by accessing website http://farsite.hill.af.mil/ FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; Contract Clause 52.217-9, Option to Extend the term of the Contract]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-18 Availability of Funds]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; and 52.232-36 [Payment by Third Party]. The closing date and time of this solicitation is 15 August 2008, 11:00 A.M. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax or Email quotes to Great Plains Regional Contracting Office (210) 221-5953. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Roland Jasso, phone (210) 221-4964; e-mail roland.jasso3@amedd.army.mil. QUESTIONNAIRE: Past Performance Questions Name of Contractor being evaluated: ___________________________ 1. How long has your company had a contract with this contractor?___________________ 2. Have there been late deliveries or other unsatisfactory performance resulting in additional contractual or administrative costs? Yes _______ No _______ If yes, explain _________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ 3. Quality of Service compliance with contract statement of work requirement? (See following page for rating system.) (1) Superior___(2)Satisfactory___(3)Marginal___(4)Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. ___________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________ 4. Business/Customer Relations - Effective management; successfully managed services; reasonable/cooperative behavior; flexible; business-like concern for customers interest. (1) Superior___(2)Satisfactory___(3)Marginal___(4)Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. ___________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________ Rating System: (1) Superior Overall performance exceeds contractual requirements and gives extra benefits to the customer. Problems, if any, were promptly corrected without negative impact to the customer. (2) Satisfactory Performance meets contractual requirements. The contractual performance contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. (3) Marginal - Performance does not meet some contractual requirements. The contractors proposed actions to correct any problems appear only marginally effective or were not fully implemented. (4) Unsatisfactory Performance does not meet most contractual requirements. The contractual performance contains serious problem(s) for which the contractors corrective actions appear or were ineffective. Signature: _______________________ Date: _____________________________ Print Name: ______________________ Company: _________________________ Title: ___________________________Telephone: _________________________
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0a3d3939a27c7a8a0fc0a26d41cad8d1&tab=core&_cview=1)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01635790-W 20080810/080808224244-0a3d3939a27c7a8a0fc0a26d41cad8d1 (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.