Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOLICITATION NOTICE

65 -- MULTIPLE BLANKET PURCHASE AGREEMENTS (BPAs) FOR VARIOUS ALLOGRAFT TISSUE AND BONE PRODUCTS.

Notice Date
11/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621991 — Blood and Organ Banks
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU0-09-BPA-ALLOGRAFTTISSUE
 
Response Due
11/13/2008
 
Archive Date
1/12/2009
 
Point of Contact
Angela Dexter, 253-968-4912<br />
 
Small Business Set-Aside
N/A
 
Description
Western Region Contracting Office (WRCO), Madigan Army Medical Center, intends to award multiple Blanket Purchase Agreements (BPAs) for Various Allograft Tissue and Bone Products, prepared in accordance with FAR Part 12 Commercial Items & FAR Part 13 Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. WRCO is requesting product catalogs and pricing for Various Allograft Tissue and Bone products from interested, FDA approved Vendors, both Large and Small Businesses. Vendors should read the below Blanket Purchase Agreement and contact WRCO, if interested. The Primary NAICS Code is 621991 Blood and Organ Banks, and Secondary NAICS Codes 339112 Surgical and Medical Instrument Manufacturing and 339113 Surgical Appliance and Supplies Manufacturing. FSC Code is 6505 for Various Allograft Tissue and Bones products. To be eligible to receive an agreement with the federal government, interested parties must register in the Central Contractor Registration (CCR) online at www.ccr.gov The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.219-28 Post Award Small Business Program Representation, 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, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-50 Combat Trafficking in Persons, 52.225-3 Buy American ActFree Trade, Agreements, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following DFARS clauses apply: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, including the following subparagraphs: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III. 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation, FAR 52.252-2 Clauses Incorporated by Reference; Army Electronic Invoicing Instructions for required use of Wide Area Work Flow. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. These include, but are not limited to, changes in the accounting and appropriation data, payment and issuing office addresses and other corrections that have no effect on the terms and conditions of the contract The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to accept either payment by Credit Card or Wide Area Work Flow. ORDERING PROCEDURES All BPA holders will initially be issued a lump sum BPA Call between $25,000 and $100,000. Subsequent Calls will be placed as needed. As patient requirements for allograft tissue and bone products occur, the MAMC Department of Anesthesiology and Operative Services (DOAOS) will rotate contacting the various BPA holders for these products, and depending on the availability and delivery time of the products, will schedule the delivery accordingly. ALL INTERESTED FDA-APPROVED CONTRACTORS SHALL FILL OUT THE ATTACHED BLANKET PURCHASE AGREEMENT AND PROVIDE A PRODUCT CATALOG WITH CURRENT PRICING, INCLUDING APPLICABLE GOVERNMENT DISCOUNTS, QUANTITY ORDERING DISCOUNTS, OR OTHER APPLICABLE DISCOUNTS. Responses must be received by 13 Nov 2008, 10:00 AM, LOCAL Pacific Standard Time. Submit information via email to angela.dexter@us.army.mil. BLANKET PURCHASE AGREEMENT (BPA) Between Contractor And Western Region Contracting Office Madigan Army Medical Center Tacoma, WA 98431 (1) AUTHORITY This agreement is established in accordance with FAR 13.303, Blanket Purchase Agreements (BPA). It will be reviewed by the Contracting Officer at least once annually prior to the anniversary of the effective date, and revised to conform with all requirements of Statutes, Executive Orders, or the Federal Acquisition Regulation as updates occur. Any revisions will be incorporated by modification to this BPA. (2) DESCRIPTION OF AGREEMENT a. The FDA-approved contractor shall provide Various Allograft Tissue and Bone products to the Department of Anesthesia and Operative Services (DOAOS) at Madigan Army Medical Center, Tacoma WA 98431. This agreement shall be in effect for a term of five (5) years. The Agreement terms and conditions may be renegotiated annually prior to the anniversary of the effective date of the agreement. Either party may terminate this agreement by giving thirty (30) days written notice b. The contractors submitted product catalog and pricing (TO INCLUDE ALL APPLICABLE DISCOUNTS) is incorporated into this Agreement, and all BPA Calls will utilize this pricing. Any updates or changes to the product catalogs or pricing must be approved by the Contracting Officer for incorporation into this Agreement. The contractor must allow thirty (30) days for the incorporation of a revised catalog to be incorporated into the Agreement. (3) EXTENT OF OBLIGATION a. This Blanket Purchase Agreements (BPA) does not obligate any funds. The Government will be obligated only to the extent that authorized BPA calls are actually made under this agreement. The Department of Anesthesia and Operative Services (DOAOS) which orders various allograft tissue and bone related products will be responsible for payment of any obligation via DFAS Rome (Army Vendor Pay). b. Purchase Limitation: BPA Call Limit=$100,000.00 BPA Master Dollar Limit=$5,500,000.00 (for life of Agreement) (4) ORDERING PROCEDURES a. All BPA holders will be awarded a BPA Call up to $100,000. As patient requirements for allograft tissue and bone products occur, the MAMC Department of Anesthesiology and Operative Services (DOAOS) will rotate contacting the various BPA holders for these products, and depending on the availability and delivery time of the products, will schedule the delivery accordingly. (5) Individuals Authorized to Schedule Deliveries Under the BPA a. Each BPA Call will identify the names of the individuals authorized to schedule deliveries under this Agreement. Only authorized Government employees who have been specifically named by the Contracting Officer may schedule deliveries under this agreement. STRICT COMPLIANCE WITH THIS STIPULATION IS IMPERATIVE. b. Each order under this agreement will be assigned a Call number by the Western Regional Contracting Office. Invoices shall reflect BPA number and Call number. Deliveries will be scheduled by Department of Anesthesia and Operative Services (DOAOS) Supply and a call number will be associated with each delivery. c. Orders will be placed telephonically to: _______________________ or _________________________ referencing Account Number: _____________________. (6) DELIVERY TICKETS/PACKAGING a. All deliveries shall contain the following information: a.Name of Supplier b.BPA Number c.Date of Surgery/Procedure d.Itemized list of supplies furnished b. Upon use of the contractors product, DOAOS will send the contractor a DA Form 3953 to document acceptance of the product. The DA Form 3953 will include the BPA Number and BPA Call Number. (7) SHIPPING The contractor shall ship directly to the following address: Madigan Army Medical Center Department of Anesthesia and Operative Services (DOAOS), MCHJ-AOS Attn: TBD Tacoma, WA 98431 Freight shall be prepaid and added to each invoice, if applicable. In most cases, deliveries shall occur within 24 hours of DOAOS scheduling a delivery. All allograft tissue and bone products shall be delivered at least one hour prior to any scheduled surgical procedure. (8) INVOICES a. Within 30 days of a surgery/procedure, the contractor shall submit a hard copy invoice to DOAOS with the following information: a. Name of Supplier b. BPA Number/Call number c. Date of Purchase d. Itemized list of supplies furnished e. Quantity, unit price, and extension of each item less applicable discounts, if applicable f. Date of delivery or shipment b. Submit the invoice to the following address: Madigan Army Medical Center Department of Anesthesia and Operative Services (DOAOS), MCHJ-AOS Attn: TBD Tacoma, WA 98431 (9)PAYMENT METHOLOGY a.BPA Calls will either be paid by Credit Card or by DFAS Rome (Army Vendor Pay). **IF PAYING BY GOVERNMENT CREDIT CARD, THE FOLLOWING CLAUSE WILL BE INCLUDED IN THE BPA. CREDIT CARD PAYMENT INSTRUCTIONS This order shall be paid by Government credit card (GPC). The current Government credit card is VISA. All costs associated with the use of the credit card i.e. transaction fees, must be included in the price for the appropriate CLIN. See also FAR 52.232-36. Invoice shall itemize products used, showing the price for each product and the number utilized. If transportation charge is not included in the cost of the implants, it must be prepaid and added to the invoice as a separate item. Invoice and credit card charge shall reflect the PO number. Submit invoice to: Madigan Army Medical Center Department of Anesthesia and Operative Services (DOAOS), MCHJ-AOS Attn: TBD Tacoma, WA 98431 Credit card charges shall not be processed until the invoice has been certified and the cardholder has authorized payment. Payment amount must be based on actual surgery usage. If usage amount differs from amount stated within this contract, DOAOS will submit a copy of the invoice to this office and the contract will be modified accordingly. Contracting POC: Angela Dexter, (253) 968-4912, angela.dexter@us.army.mil Receiving and Payment POC: TBD **IF PAYING BY WIDE AREA WORK FLOW, THE FOLLOWING CLAUSE WILL BE INCLUDED IN THE BPA**: The contractor will be required to submit an invoice and receiving report (COMBO) in to the Army Electronic Invoicing system through Wide Area Workflow (WAWF) for each BPA call delivery. Invoicing must show quantity amounts at 1$ each and will be subtracted from overall BPA call order amount. (i.e. billing for $250.00 will show as 250ea @ $1). Instructions for submitting WAWF invoices below: ARMY ELECTRONIC INVOICING INSTRUCTIONS (FEB 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. __X_Wide Area Workflow (WAWF) (see instructions below) _____Web Invoicing System (WInS) (https://ecweb.dfas.mil) _____American National Standards Institute (ANSI) X.12 electronic data interchange (ESI) formats (http://www.dfas.mil/ecedi) _____Other (Please specify)_________________________________________________ DFAS POC: DFAS Rome Vendor Pay Phone: 800-553-0527 WAWF is the mandatory method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) identified in Block 15 (Payment will be made by) of DD 1155 Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT VENDOR WILL SUBMIT INVOICE INTO WAWF AS INDICATED BELOW: _____Commercial Item Financing _____Construction Invoice (Contractor Only) _____Invoice (Contractor Only) ___X__Invoice and Receiving Report (COMBO) **ONCE THE WAWF INVOICE IS SUBMITTED, NOTIFY THE DOAOS POC (to be announced at time of award) SO THE PAYMENT CAN BE PROCESSED IMMEDIATELY. ___Invoice as 2-in-1 _____Performance Based Payment (Government Only) _____Progress Payment (Government Only) _____Cost Voucher (Government Only) _____Receiving Report (Government Only) _____Receiving Report with Unique Identification (UID) Data (Government Only) *UID is a new globally unique part identifier containing data elements used to track DoD parts through their life cycle. _____Summary Cost Voucher (Government Only) CAGE CODE:SEE BLOCK 9 OF DD 1155 ISSUE BY DODAAC:SEE BLOCK 6 OF DD 1155 ADMIN BY DODAAC:SEE BLOCK 7 OF DD 1155 INSPECT BY DODAAC:SEE BLOCK 6 OF DD 1155 ACCEPT BY DODAAC:SEE BLOCK 6 OF DD 1155 SHIP TO DODAAC:SEE BLOCK 6 OF DD 1155 LOCAL PROCESSING OFFICE DODAAC: NOT USED. IF REQUIRED BY WAWF ENTER DODAAC FROM SHIP TO ADDRESS OF DD 1155 PAYMENT OFFICE FISCAL STATION CODE: SEE BLOCK PAYMENT WILL BE MADE BY OF DD 1155 When submitting invoices via WAWF, the contractor shall ensure that the Receiver and the Acceptor are notified that an invoice is pending by initially loading their email addresses in the record for the contract and selecting them for notification each time an invoice is submitted. Email addresses for the following positions will be provided apart from this clause at the time distribution of the contract is made: INSPECTOR: TBD ACCEPTOR: TBD RECEIVING OFFICE POC: TBD CONTRACT ADMINISTRATOR: TBD CONTRACTING OFFICER: TBD ADDITIONAL CONTACT: TBD For more information contact: SEE ISSUE BLOCK 6 OF DD 1155 FOR THE CONTRACT SPECIALIST AND BLOCK 24 OF DD 1155 FOR THE CONTRACTING OFFICER/ORDER OFFICER. (10) CUSTOMER SERVICE The contractors authorized Sales Representatives are as follows: _________________________ ________________________ _________________________ NamePhoneEmail _________________________ ________________________ _________________________ NamePhoneEmail The contractors Government Representative is: _________________________ ________________________ _________________________ NamePhoneEmail The contractors Billing/Accounting Representative is: _________________________ ________________________ _________________________ NamePhoneEmail The contractor shall ensure that all customer service numbers are updated periodically to both the Department of Anesthesia and Operative Services (DOAOS) and the Contracting Office. (11) WARRANTY PROVISIONS/RETURNS Return Policy: Due to the nature of the Medical Products being procured under this agreement, the contractor shall ensure that all deliverables are in compliance with Medical and FDA Regulations. The contractor/Sales Representative shall provide a replacement immediately if a deliverable is determined unsatisfactory in accordance with Medical Standards. Products purchased in a kit or set cannot be returned as individual components. A return evaluation number must be obtained prior to returning any product and should be used on the shipping label and on any correspondence in the package. All returned products shall be credited to the applicable call number and Government Purchase Card ordering account. (12) PROMOTION The contractor agrees it shall not advertise the use of this BPA in such a manner as to state or imply that Madigan Army Medical Center endorses a product, project, or commercial product line. (13) HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT OF 1996, PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION (Mar 2008) will be incorporated into the Blanket Purchase Agreement and is available for review upon request.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b6a9aef5c9ce04966b42b825c2591944&tab=core&_cview=1)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA<br />
Zip Code: 98431-1110<br />
 
Record
SN01700753-W 20081107/081105214550-b6a9aef5c9ce04966b42b825c2591944 (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.