Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2009 FBO #2829
SOLICITATION NOTICE

J -- Serive Maintenance

Notice Date
8/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
N00259 NAVAL MEDICAL CENTER MATERIAL MANAGEMENT 34800 Bob Wilson Drive, Suite # 8 San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025909T0494
 
Response Due
9/4/2009
 
Archive Date
10/4/2009
 
Point of Contact
Cecelia Johnson 619-532-8108
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for commercial items, which the Naval Medical Center San Diego intends to solicit on a sole source basis to Medtronic, Inc under the authority of FAR 6.302. Interested contractors/persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of interest is not a request for competitive proposals. However, all proposals received by 04 September 2009, 6:00 AM, Pacific Standard Time, will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This is a combined synopsis/solicitation for a commercial items contract, prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes only solicitation, proposals are being requested and a written solicitation will not be issued. The solicitation number, N00259-09-T-0494 is issued as a request for quotation (RFQ). This requirement is for Service Maintenance Contract of four (4) Autolog System 110 with 2 Options Years for the Anesthesiology Department at Naval Medical Center San Diego, CA. This is a competitive, restricted action.The North American Industry Classification System (NAICS) Code for this acquisition is 423450, Size:500. This is a restricted procurement. Quotations are due on or before 04 September 2009, 6:00 AM. Pacific Standard Time to be considered responsive. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following: Period of Performance: 01 October 2009 thru 30 September 2010 Base Year CLIN 0001 Service Maintenance Contract of four (4) Autolog System 110 Qtrly in arrears $________ = $________.SN: ECN: LOC:ATLG010013 34753 ANES W/RATLG010016 34752 ANES W/R ATLG0100151 37447 ANES W/R ATLG010112 37446 ANES W/R Period of Performance: 01 October 2010 thru 30 September 2011Option Year I CLIN 0001 Service Maintenance Contract of four (4) Autolog System 110 Qtrly in arrears $________ = $________.SN: ECN: LOC:ATLG010013 34753 ANES W/RATLG010016 34752 ANES W/R ATLG0100151 37447 ANES W/R ATLG010112 37446 ANES W/R Period of Performance: 01 October 2011 thru 30 September 2012 Option Year II CLIN 0001 Service Maintenance Contract of four (4) Autolog System 110 Qtrly in arrears $________ = $________.SN: ECN: LOC:ATLG010013 34753 ANES W/RATLG010016 34752 ANES W/R ATLG0100151 37447 ANES W/R ATLG010112 37446 ANES W/R STATEMENT OF WORK IS PROVIDED UPON REQUEST Under the authority of FAR 13.106-1(b), sole source justification is based on Medtronic, Inc AutoLog Autotransfusion System processes blood collected from a surgical site to produce washed red blood cells for return to a patient at later time. This is achieved with only one kit and one program. An innovative bowl design, coupled with sophisticated software, provides an effective combination for autotransfusion procedures. Medtronic, Inc is the manufacturer proprietary services for the unit. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 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.arnet.gov/far and www.dtic.mil/dfars.The NAICS code 423450.The following FAR provisions and clauses are applicable to this procurement:52.219-6 Notice Of Total Small Business Set-Aside 52.204-7 Central Contractor Registration (OCT 2003);52.212-4 Contract Terms and Conditions Commercial Items (SEP 2005);52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2006) with the following clauses incorporated in sections (a) 52.333-3 Protest After Award (AUG) 1996) (31 U.S.C. 3553), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78), (b) 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755),52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126, 52.222-21 Prohibition of Segregated Facilities (FEB 1999),52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 52.225-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assts Control of the Department Treasury,52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 9OCT 2003) (31 U.S.C. 3332); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2006) with the following clauses incorporated in section (a) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003 Electronic Submission of Payment Request (MAY 2006) (10 U.S.C. 2227); 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005);52.212-1 Solicitation Provisions Incorporated by Reference (FEB 1998). Quotations will be evaluated based on product compatibility, past performance, and price. Product compatibility and past performance when combined is more important than price. Award will be made on an "all or none" basis. The government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005). Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Dunn and Bradstreet number is required to register. Electronic submission of quotes: Quotations shall be submitted electronically by email to cecelia.johnson@med.navy.mil attention Cecelia Johnson Phone: 619-532-8108. Email submissions are limited to 2MB. The submitter should confirm email submissions. On or before close of business on 04 September 2009 at 6:00 AM. E-mail: cecelia.johnson@med.navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025909T0494/listing.html)
 
Record
SN01921010-W 20090823/090822000749-34edbc0574691a2fc4c41ed180c91732 (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.