Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

65 -- High Speed Surgical Drills, Tools and Attachments

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
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
W81K0009T0454
 
Response Due
8/31/2009
 
Archive Date
10/30/2009
 
Point of Contact
James Metzger, 210-221-5022
 
E-Mail Address
Great Plains Regional Contracting Ofc
(james.metzger@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Combined Synopsis/Solicitation W81K0009T0454 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This acquisition is solicited on an unrestricted (full and open competition) basis for NAICS 339112, size standard 500 employees. All responsible sources may submit a quotation which will be considered. The requirements of this solicitation are for a Disposable Tools and Attachments for the Medtronic Midas Rex Legend EHS Stylus High Speed Surgical Drill and Medtronic Midas Rex Legend EHS Stylus Kits. Item no. 0001: Medtronic Tools and Attachments for Midas Rex Legend EHS Stylus High Speed Surgical Drill or equal; Quantity: 1 Lot Product NumberDescription Qty Unit 41101CATH 41101 CSF-VENT CATH STD BAR IMP5EA 44101RES 44101 VENT. 12MM CONVERT 30MM5EA 46115EDMS 46115 BECKER VENT CATH 20CM10EA 46419CATHETER 46419 EDM LUMBAR 80CM W/TIP15EA 62110DUREPAIR 4 inch X 5 inch30 EA 9001635SCR 9001635 TIMESH SDS 1.6X3.5MM OPT (6)15EA 9001640SCR 9001640 TIMESH SDS 1.6X4.0MM OPT (6)100EA 015-237PLATE 015-237 Y 3H X 3H 5MM DOUBLE15EA 10BA60DXTOOL, LEGEND 10CM, 6MM DIAM X CRSE10EA 11-0401-CALKIT 11-0401-CAL SEPS WITH LIDOCAINE20EA 14CY50TOOL, LEGEN 14CM, 5MM CYLINDER 20EA 14CY50LTOOL, LEGEND 14CM, 5MM CYLINDER LONG30EA 14MH30TOOL, LEGEND 14CM, 3MM MH 175EA 16TA17TOOL, LEGEND 15CM, 1.7MM TAPERED10EA 2120-125 KIT 2120-125 INNER/ENDO SHUNT PLCMT REG5EA 2233-005 CHANNELSCOPE 2233-005 30K 13 CM 5EA 7BA30DTOOL, LEGEND 7CM, 3MM BALL DIAMOND 10EA 7BA30DC-MN TOOL, LEGEND 7CM, 3MM BALL DIAMOND COARS6EA 7BA40DC-MN TOOL, LEGEND 7CM, 4MM BALL DIAMOND COARS5EA 7BA50DC-MNTOOL, LEGEND 7CM, 5MM BALL DIAMOND COARS4EA 8TA11TOOL, LEGEND DISSECTING 8CM 1.1MM TAPERED45EA 9AC50TOOL, LEGEND 9CM, 5MM ACORN 25EA 9AC60TOOL, LEGEND 9CM, 6MM ACORN 15EA 9AC75TOOL, LEGEND 9CM, 7.5MM ACORN 45EA 9AC90TOOL, LEGEND 9CM, 9MM ACORN 25EA 9BA60TOOL, LEGEND 9CM, 6MM BALL FLUTED 25EA 9BA60DCTOOL, LEGEND 9CM, 6MM BALL DIAM CRSE 20EA 9MH30TOOL, LEGEND 9CM, 3MM MATCH 25EA BM210BONE MILL DISP DBL BLADE W/CAP 40EA CG8901KIT CG8901 CLIP GUN 10 PK 15EA F2/8TA23TOOL, LEGEND 8CM, 2.3MM TAPERED 100EA T12MH25TOOL, LEGEND T12 TUBE 2.5MM MATCH 75EA Delivery: Brooke Army Medical Center, Fort Sam Houston TX FOB: Destination Period of Performance: Items/Quantities ordered as needed during the contract period of 01 October 2009 through 30 September 2010. Item no. 0002: Contractor Furnished Equipment, Medtronic Midas Rex Legend EHS Stylus Kit, Item no. EK200 (includes items EA600, AS07, AA07, AS10) or equal; Quantity: 2 (two) each. Equipment to be loaned to the Government. Contractor shall retain ownership of equipment. The Government will return equipment at the end of contract period, less normal wear and tear. Delivery: Brooke Army Medical Center, Fort Sam Houston TX FOB: Destination Period of Performance: 01 October 2009 through 30 September 2010. Applicable FAR, DFARS, and Local Clauses: 52.212-4 [Contract Terms and Conditions Commercial Items]; Addendum 52.212-4 52.202.1 [Definitions] 52.203-6 [Restrictions On Subcontractor Sales To The Government] 52.203-12 [Limitation On Payments To Influence Certain Federal Transactions] 52.204-4 [Printed or Copied Double-Sided on Recycled Paper] 52.209-6 [Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment] 52.212-2 [Evaluation-Commercial Items] 52.212-3 [Offeror Representations and Certifications-Commercial Items] 52.219-1 [Small Business Program Representations] 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns] 52.219-8 [Utilization of Small Business Concerns] 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] 52.222-35 [Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans] 52.222-36 [Affirmative Action For Workers With Disabilities] 52.222-37 [Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans] 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees] 52.222-50 [Combating Trafficking in Persons] 52.225-13 [Restrictions on Certain Foreign Purchases] 52.232-17 [Interest] 52.232-23 [Assignment of Claims] 52.232-36 [Payment by Third Party] 52.233-3 [Protest After Award] 52.233-4 [Applicable Law for Breach of Contract Claims] 52.242-13 [Bankruptcy] 252.203-7002 [Requirement to Inform Employees of Whistleblower Rights] 252.204-7000 [Disclosure of Information] 252.204-7003 [Control of Government Personnel Work Product] 252.212-7000 [Offeror Representations and Certifications-Commercial Items] 252.225-7031 [Secondary Arab Boycott of Israel] 252.232-7010 [Levies on Contract Payments] 52.232-18 [Availability of Funds] Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (end of clause) 52.252-2 [Clauses Incorporated By Reference] This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar1.htm http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (end of clause) 252.212-7001 [Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items] with subclauses: 52.203-3 [Gratuities] 252.203-7000 [Requirements Relating to Compensation of Former DoD Officials] 252.205-7000 [Provision of Information to Cooperative Agreement Holders] 252.225-7001 [Buy American Act and Balance of Payment Program] 252.226-7001 [Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns] 252.243-7002 [Requests for Equitable Adjustment] 252.247-7023 [Transportation of Supplies by Sea] 252.243-7001 [Pricing of Contract Modifications] When costs are a factor in any price adjustment under this contract, the contract cost principles and procedures in FAR part 31 and DFARS part 231, in effect on the date of this contract, apply. (end of clause) Local Clause: Estimated Quantities The solicitation line item quantities are estimated. Payment will be made for actual quantities ordered, received, and accepted by the Government. Only authorized Ordering Officers, appointed by the Contracting Officer, shall place orders against the contract. (end of clause) Local Clause: Excess Funds For orders issued with estimated quantities, the actual quantities of supplies delivered or services performed may be less than the total quantities and amount obligated on the order. If the Contracting Officer determines that any funds remaining on the order are in excess of the funds needed for completion, a unilateral modification may be issued to de-obligate such funds. (end of clause) End Addendum 52.212-4 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive OrdersCommercial Items (Deviation) 52.212-1 [Instructions to OfferorsCommercial Items] Addendum 52.212-1; 52.204-5 [Women-Owned Business (Other Than Small Business) 52.211-6 [Brand Name or Equal} (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (end of provision) 52.233-2 [Service Of Protest] a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Great Plains Regional Contracting Office (reference block 9 on page 1). The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (end of provision) 52.252-1 [Solicitation Provisions Incorporated By Reference] This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffar1.htm http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (end of provision) 52.209-7001 [Disclosure Of Ownership Or Control By The Government Of A Terrorist Country] 252.225-7000 [Buy American ActBalance Of Payments Program Certificate] Special Instructions/Notices: Invoice payments for any resultant contract will be made via the Government-wide Purchase Card (GPC). Any applicable transaction fees/charges with be the responsibility of the contractor. All vendors are hereby notified that if selected as the apparent awardee, they must be registered in the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. In order to be further considered for award, vendors shall provide completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] if identified as the apparent awardee. Vendors are encouraged to complete annual representations and certifications electronically at the ORCA website: http://orca.bpn.gov The closing date and time of this solicitation is 31 August 2009, 4:00 p.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes must submitted by the closing date and time via hardcopy (Great Plains Regional Contracting Office, Attn: James Metzger, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200) or electronically via email (james.metzger@us.army.mil). Paper copies of this solicitation will not be issued. Telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: James Metzger, telephone: (210) 221-5022. End Addendum 52.212-1 52.212-2 [EvaluationCommercial Items] (a) The Government will issue an order resulting from this solicitation to the responsible contractor whose quotation, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotations: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified: Item no. 0001: "Tools and Attachments compatible with Midas Rex Legend EHS Stylus (item no. 0002) Item no. 0002: "Applications for Neurotology, Skull Base, and Spine Surgery "Small, lightweight, and ergonomic for better balance and maneuverability. Small size and power makes it excellently suited for a wide range of surgical procedures "Small compact high speed, high torque, reversible electric motor used to dissect bone and biomaterials at selectable speeds from 3,000 to 75,000 RPM. Motor cable is integral with the Handpiece and is not removable from the motor. "Adjustable speed from 10,000 to 75,000 rpm "No nitrogen or compressed air required "Automatically adjusts to power sources around the world - standard electric wall connections world-wide "Color coded cable connectors and cable receptacles "Cable design prevents incorrect connection and assembly "UL Classified "Steam-sterilizable on a pre-vac cycle of 4 minutes and has a reverse direction capability "Requires no lubrication 2. Price. 3. To be considered, vendors must submit (by the due date and time) a hardcopy quotation to the following address: Great Plains Regional Contracting Office MCAA-GP BAMC / Attn: James Metzger 3851 Roger Brooke Drive, Room L31-9V Fort Sam Houston, TX 78234-6200 Or, via email to: james.metzger@us.army.mil 4. Evaluation Process: All quotations will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable proposal. (end of provision) (end of solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0009T0454/listing.html)
 
Place of Performance
Address: Brooke Army Medical Center. Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01926421-W 20090827/090826001807-8a7b91fd5b630d2168f2053ab9318486 (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.