Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

65 -- InterStim Implantable Generator System

Notice Date
4/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025912T0745
 
Point of Contact
Larry Christia Jr. 619-532-8092
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SOLICITATION/SYNOPSIS for commercial items in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. Prepared with the intent to award on a sole source basis to Medtronic, Inc., 710 Medtronic Pkwy, Minneapolis, MN 55432. IAW FAR 13.106-1(b)(1), the sole source is based on Medtronic, Inc. being the only source to manufacture and distribute Interstim with tined sacral lead to secure lead from migration, a technique not offered by other products. In addition, the implantable InterStim Therapy system uses mild electrical stimulation of the sacral nerves that influence the behavior of the bladder, sphincter, and pelvic floor muscles. 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 N00259-12-T-0745 is issued as a request for quotation (RFQ). The closing date is April 26, 2012 @ 09:00AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58. 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 339113; Size: 500. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001 InterStim II IPG, Part# 3058 QTY: 3 Unit of Issue: EA, Price: $______ CLIN 0002 Patient Programmer, Part# 3037 QTY: 3 Unit of Issue: EA, Price: $______ CLIN 0003 Lead Kit, Part# 3093/3889 QTY: 3 Unit of Issue: KT, Price: $______ CLIN 0004 Introducer Kit, Part# 355018 QTY: 3 Unit of Issue: KT, Price: $______ CLIN 0005 Programmer Antenna, Part# 37092 QTY: 3 Unit of Issue: KT, Price: $______ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (FEB 2012) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2 Evaluation Commercial Items (JAN 1999) Factors 1) Technical Capability, 2) Past Performance and 3) Price 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012), 52.219-8 Utilization of Small Business Concerns (JAN 2011), 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 (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.222-37 Employment Reports on Veterans (Sept 2010), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.219-1 Alt I Small Business Concern Program Representation (APR 2011) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 52.252-2 Clauses Incorporated By Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 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 (MAR 2012) with the following clauses incorporated by reference: 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government intends to 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 contractors key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to provide the requested items. 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. 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 2012) Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Data Universal Number System (DUNS) number is required to register. Email your quote to Larry Christia on or before 09:00AM Pacific Standard Time on April 26, 2012. Email: larry.christia@med.navy.mil Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T0745/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, CA
Zip Code: 92134
 
Record
SN02730739-W 20120427/120425235249-e56cea5735ac55c666d05d2eae49e413 (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.