Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

65 -- Various Implants, and minimal invasive surgica. All products must be FDA Approved and 100% compatible with existing Advanced Bipolar devices.

Notice Date
2/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU0-11-T-0087
 
Response Due
3/31/2011
 
Archive Date
5/30/2011
 
Point of Contact
Angela Dexter, 253-968-4912
 
E-Mail Address
Western Regional Contracting Office
(angela.dexter@amedd.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. 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; request for quotes are being requested and a written solicitation will not be issued. This solicitation will be used to establish multiple Blanket Purchase Agreements. Although Blanket Purchase Agreements (BPAs) are not binding contracts, separate BPA Calls will be funded and all clauses/provisions stated below will be in full force on each Call. See attached Blanket Purchase Agreement Scope of Work. This solicitation W91YU0-11-T-0087 of Purchase Request W68MX311BPA is issued as a Request for Quote (RFQ). Western Regional Contracting Office, MEDCOM, is requesting product catalogs and pricing for Various Implants, and minimal invasive surgical products including but not limited to: Xcel trocars, harmonic scalpels, coagulating curved shears, scissors grip coagulating shears, blades w/protective sleeves, curved blades and other related supplies and products from interested, FDA approved Vendors (both Large and Small Businesses) for the Western Regional Medical Command Medical Treatment Facilities (MTF's). All products must be FDA Approved and 100% compatible with existing Advanced Bipolar devices. The medical treatment facilities listed below are included in the Western Region: Madigan Healthcare System Departments (MAMC), Joint Base Lewis McChord, WA Bassett Army Community Hospital, Fort Wainwright, AK Evans Army Hospital, Fort Carson, CO Raymond W Bliss Army Health Center, Fort Huachuca, AZ Irwin Army Hospital, Fort Riley, KS Gen Leonard Wood Army Hospital, Fort Leonard Wood, MO Munson Army Health Center, Fort Leavenworth, KS William Beaumont Army Medical Center, El Paso (Fort Bliss), TX McAffee Army Health Clinic, White Sands Missile Range, NM Weed Army Community Hospital, Fort Irwin, CA Vendors should read the attached Blanket Purchase Agreement and contact WRCO, if interested. If vendors are other than the Original Equipment Manufacturers (OEM), please provide evidence that there is an existing and ongoing business relationship that will allow distribution of the OEM products. The Primary NAICS Code is 339113 Surgical Appliance and Supplies Manufacturing and Secondary NAICS Codes 339112 Surgical and Medical Instrument Manufacturing for a variety of oral and maxillofacial hardware, implants, and related supplies, equipment, and instruments products. To be eligible to receive an agreement with the Federal Government, interested parties must register in the Central Contractor Register (CCR) online at www.ccr.gov 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 provisions will be included in the established agreements: (1) FAR provision 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition to include the following addenda: All quoters are cautioned that if selected for award, they must be registered with Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to award; (2) 52.212-2 [Evaluation-Commercial Items] - Evaluation process: All quotations will be evaluated on a best value basis with the following criteria: Technical Capability and Price, with Technical Capability being significantly more important than Price; Interested parties must register in the Central Contractor Registration (CCR), online at www.ccr.gov. All responsible Contractors shall fill out the attached Blanket Purchase Agreement Scope of Work and provide price listing. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following apply to this acquisition: FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: FAR 52.204-7 Central Vendor Registration, 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the agreement: (1) 52.223-3 hazardous Matierial Identification and Material Safety Data, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. 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. Clauses Incorporated by Reference. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-28 Post Award SB Program Rerepresentation, 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, 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, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Contractor Policy to Ban Text Messaging While Driving,52.232-33 Payment by Electronic Funds, 52-232-36 Payment by third party, 52.232-37 Multiple payment arrangements,52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy The following DFARS clauses apply: 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252-212-7000 Offeror Representations And Certifications-Commericial Item, 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 31 March 10:00 AM, LOCAL Pacific Standard Time. Submit offers via fax to (253) 968-4091 or email to angela.dexter@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-11-T-0087/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN02378708-W 20110213/110211234510-27aea0d8872300545a25a69480e016f5 (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.