Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

65 -- Glidewire, Glidecath, and Pinnacle Sheaths

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025911T0215
 
Response Due
4/4/2011
 
Archive Date
5/15/2011
 
Point of Contact
Kristeen Ronsairo 619-532-5070
 
E-Mail Address
kristeen.ronsairo@med.navy.mil
(kristeen.ronsairo@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items with the intent to award on a sole source basis to Terumo Medical Corp. IAW FAR 13.106-1(b). Prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-11-T-0215. The closing date is April 4, 2011 @ 09:00AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-50 and DFARS Change Notice 20110302. 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.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 339112; Size: 500. Naval Medical Center San Diego requests responses from qualified sources capable of providing: CLIN 0001.18x180 Angled Glidewire GR1806 QTY: 10 Unit of Issue: bx, Price: $______ CLIN 0002.35x180 Angled Glidewire GR3508 QTY: 50 Unit of Issue: bx, Price: $______ CLIN 0003.38x180 Angled Glidewire GR3808 QTY: 5 Unit of Issue: bx, Price: $______ CLIN 0004.35x180 Straight Glidewire GR3503 QTY: 15 Unit of Issue: bx, Price: $______ CLIN 00054 fr x 65cm Straight Glidecath CG412 QTY: 5 Unit of Issue: bx, Price: $______ CLIN 0006.35x260 Angled Exchange Glidewire GR3509 QTY: 10 Unit of Issue: bx, Price: $______ CLIN 0007.35x260 Straight Exchange Glidewire GR3504 QTY: 10 Unit of Issue: bx, Price: $______ CLIN 00085 fr x 10cm Pinnacle Sheath RSS503 QTY: 10 Unit of Issue: bx, Price: $______ CLIN 00095 fr x 65cm Angled Glidecath QTY: 5 Unit of Issue: bx, Price: $______ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (APR 2008) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JAN 2011) 52.219-1 Small Business Program Representations (MAY 2004) 52.219-28 Post Award Small Business Program Representation (APR 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEP 2006) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.232-36 Payment by Third Party (MAY 1999) 52.233-3 Protest After Award (AUG 1996) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2011) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Technical Capability. Defined as an assessment of the prospective contractor s key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the required services. Past Performance. Provide three (3) references, addressing that you have provided the same or similar items in the last 3 years. Price. Technical capability and past performance, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors who do not meet the first 2 factors will not undergo a price evaluation. Award will be made on an all or none basis. The proposed contract is restricted to domestic sources under the authority of (FAR 6.302-3.) Foreign sources, except Canadian sources, are not eligible for award. 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 (May 2008.) 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. Email your quote to Kristeen Ronsairo on or before 09:00AM Pacific Standard Time on April 4, 2011. Email: kristeen.ronsairo@med.navy.mil Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025911T0215/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, CA
Zip Code: 92134
 
Record
SN02408168-W 20110326/110324234208-07d6f8e0d2a434967cf4888dbb9ba0f5 (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.