Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

65 -- Stryker Orthopedic Electric Surgical Drill System

Notice Date
2/24/2009
 
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
N62645-09-T-0076
 
Archive Date
3/19/2009
 
Point of Contact
Amanda M. Heller, Phone: 3016190242
 
E-Mail Address
amanda.heller@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a 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. The Request for Quote number is N62645-09-T-0076. Quotes are due not later than 4:00 P.M. EST on 04 MARCH, 2009. Provisions and clauses in effect through Federal Acquisition Circular 2005-18 are incorporated. NAICS 339112. Small Business size standard is 500 employees. The Naval Medical Logistics Command (NMLC) intends to negotiate on a Brand Name Only basis to procure an Orthopedic Electric Drill System, manufactured by Stryker Instruments, 4100 E Millham, Kalamazoo, MI. In compliance with the Deployable Medical System (DEPMEDS) program and the Command’s initiative to enhance Integrated Logistic Support (ILS) for Fleet Hospital applications, the only technically acceptable item that has (ILS) support is the Orthopedic Electric Surgical Drill System manufactured by Stryker. The Bone Drill System made by Stryker Medical has been standardized for all of the fleet hospitals. The installed base is currently in more than half of the fleet hospitals. Brand name only is specified because the Government would incur a substantial duplication of cost, to consider other than the Stryker Instruments Orthopedic Electric Drill System, which is not expected to be recovered through competition. These items were standardized to maintain interoperability between all of the fleet hospitals. The choice of any other manufacturer would result in a breakdown of that interoperability between fleet hospitals and reduce the lifesaving capability of each of the fleet hospitals. Any vendors who can provide the brand name only equipment are encouraged to submit a quote. The Government contemplates award of a firm fixed price contract. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. Regulatory Requirements: The Orthopedic Electric Drill System and all of its 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 EVALUATION FACTORS FOR AWARD: The lowest price technically acceptable offeror for this brand name only requirement will represent best value to the Government. The government anticipates award of a Firm Fixed Price Contract. BUSINESS QUOTE INSTRUCTIONS: Offerors shall price each CLIN and shall submit firm-fixed pricing for all CLINS, otherwise your quote will be determined to be substantially incomplete and not warrant any further consideration. If no separate price for a CLIN this must be stated. Brand name only. No substitutions will be allowed. Shipping shall be FOB Destination. 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, and any applicable discounts to the Government. Each Unit (System) to include all of the following items: EHD Drill, 296-092-000, QTY 2 EHD Sagittal Saw, 296-098-000, QTY 2 EHD Drill, 296-092-000, QTY 2 EHD Console 115 Volt, 296-115-000, QTY 2 ASIF/Synthes Adapter, 277-082-200, QTY 4 EHD/F Quick Connect Hand piece Cord, 296-200-051, QTY 4 Sterilization Case, Hold 4 Hand piece Cords, 296-175-000, QTY 2 Modified Trinkle Adapter, 2102-135-000, QTY 2 ¼” Jacobs Chuck and Key, 277-082-000, QTY 2 Dual Cut Sagittal Saw Blade (11X1.27X90), 4111-127-090, QTY 2 Dual Cut Sagittal Saw Blade (18X1.35X90), 4118-135-090, QTY 2 Dual Cut Sagittal Saw Blade (25X1.35X90), 4125-135-090, QTY 2 Aggressive Tooth Sagittal Blade, 2108-328-000, QTY 2 Operator Manual, QTY 4 Service Manual, QTY 4 In order to be determined responsible, companies shall be registered in CCR, provide DUNS number, Cage Code, and TIN. 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, with their proposal. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. 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. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. FAR clauses 52.202-1, Definitions; 52.211-6 Proposals shall be submitted by email only to Amanda Heller at: Amanda.Heller@med.navy.mil. Proposals are due by 4:00 p.m. EST on 04 March 2009. All questions shall be addressed to Amanda Heller by email only, NLT 4:00 P.M. EST on 02 March 2009. No phone calls will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=df8012723aba08de52945fe91b4c87f5&tab=core&_cview=1)
 
Place of Performance
Address: Williamsburg, Virginia, 23185, United States
Zip Code: 23185
 
Record
SN01756161-W 20090226/090224221507-df8012723aba08de52945fe91b4c87f5 (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.