Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

65 -- Harmonic Scalpel Generator

Notice Date
8/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, Maryland, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N6264508RC80032
 
Response Due
9/11/2008 12:00:00 PM
 
Archive Date
9/26/2008
 
Point of Contact
Erin Cotter, Phone: 301-619-1086
 
E-Mail Address
erin.cotter@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/soliciation 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 N6264508RC80032. Quote are due not later than 12:00 P.M. EST on 08 SEP 2008. Provisions and clauses in effect through Frederial Acquisition Circular 2005-23 are incorporated. NAICS 339112, with a Size Standard of 500 employees for reportaing actions purposes. This is Full and Open Competition requirement for Brand Name Only items; all qualified vendors are encouraged to submit a quote for the Brand Name Only items. The USNS Comfort has a requirement for two (2) brand name only Ethicon Harmonic Scalpel Generators Model 300, Gen 04 plus accessories that converts electrical energy into menchanical energy (ultrasonic vibration). The vibration is then transmitted from the transducer to the attached instrument for cutting and coagulation. The use of the harmonic generator scalpel greatly reduces the damage to patient tissue during surgery. The Harmonic Scalpel Generator Model 300 manufactured by Ethicon is the one and only model that meets Navy requirements. QUOTE CONTENT/FORMAT: Quotes shall be submitted via email or fax format. Vendors shall submit complete quotes. Incomplete quotes will not be considered. EVALUATION FACTORS FOR AWARD: NMLC intends to award based on Low Price/Technically Acceptable LPTA (exactly the brand name only equipment required). Evaluation of price will be based on the offerors total price for all line items as delivered to USNS Comfort based in Baltimore, MD. This acquisition is being conducted under FAR 12.6 Streamlined Procedures for Commercial Items. Past Performance is not an evaluation factor for this acquisition. Items in this acquisition and required for quotation are as follows: CLIN Description CAT # Qty U/I Vendor Quote 0001 Harmonic Generator Model 300 GEN 04 2 EA 0002 Harmonic Generator Cart CRT 01 2 EA 0003 Foot Switch and Cable FSW 01 2 EA 0004 Gray Hand Piece HP BLU 2 EA 0005 Lap Harmonic Disposable ACE36P 10 BX 0006 Harmonic Disposable ACE23P 10 BX 0007 Harmonic Disposable ACE14S 10 BX 0008 Operator Manual 4 EA 0009 Service Manual 4 EA TOTAL FOR ABOVE ITEMS $ Factor 1 is the non-cost factor: 1. Tehcnical Conformance to Exactly the Brand Name Only Items required 2. Price The Government intends to evaluate proposals and award without discussion with offerors. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussion if the Contracting Officer later determines them to be necessary. BUSINESS QUOTE INSTRUCTIONS: This acquisition is for Brand Name Only items, and no substitutions will be allowed and all items must be offered. Shipping shall be FOB Destination. Business Quote shall specify the Total Price. Business 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. Companies shall submit firm-fixed pricing for all above Line items. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. 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. FAR Clauses 52.212-4 & 52.212-5 will be incorporated into the resultant contract award. Submit email quotes (using PDF, MS Word, Excel attachments) to Erin Cotter at erin.cotter@med.navy.mil. Paper quotes may be mailed to Naval Medical Logistics Command, 1681 Nelson Street, Fort Detrick, MD 21702-9203 Attn: Erin Cotter. Email is preferred. Quotes are due not later than 12:00 P.M. EST on 11 SEP 2008. Address questions to Erin Cotter by email only NLT 3:00 PM. EST on 08 SEP 08.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=77fb0f6bbd7aeb80a8b8a1dedc42f145&tab=core&_cview=1)
 
Place of Performance
Address: Batlimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN01654953-W 20080830/080828224013-77fb0f6bbd7aeb80a8b8a1dedc42f145 (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.