Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOLICITATION NOTICE

65 -- Blanket Purchase Agreements (BPAs) for a variety of FDA approved Orthopedics Implants, Invasive Implants, Trauma System, Allograft Tissue and Bone,and Instrument Products

Notice Date
4/11/2013
 
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
W91YU0-12-T-0068
 
Response Due
5/11/2013
 
Archive Date
6/10/2013
 
Point of Contact
Angela Dexter, 253-968-4912
 
E-Mail Address
Western Regional Contracting Office
(angela.dexter@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. Western Region Contracting Office (WRCO), HCAA - MEDCOM, intends to award multiple Blanket Purchase Agreements (BPAs) for a variety of FDA approved Orthopedics Implants, Invasive Implants, Trauma System, Allograft Tissue and Bone, Instrument Products and other consumable related supplies, prepared in accordance with FAR Part 12 Commercial Items and FAR Part 13 Simplified Acquisition Procedures as supplemented with additional information included in this notice. This solicitation W91YU0-12-T-0068 of Purchase Request BPAORTHOPEDIC2013 is issued as a Request for Quote (RFQ). WRCO is requesting product catalogs and pricing for a variety of FDA approved Orthopedics implants, Invasive Implants, Trauma System, Allograft Tissue and Bone, Instruments Products and other consumable related supplies for patient specific needs based on the surgeon requirement from interested, FDA approved Vendors, both Large and Small Businesses. Vendors should read the attached Blanket Purchase Agreement and contact WRCO via email, if interested. ALL PRODUCTS MUST BE FDA APPROVED, AND MEET THE SURGEON/PATIENT REQIREMENTS. 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; FSC Code is 6515. The products are to support the following outlying medical treatment facilities (MTF): Madigan Health Care 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 Gen Leonard Wood Army Hospital, Fort Leonard Wood MO, Munson Army Health Center, Fort Leavenworth KS, William Beaumont Army Medical Center, El Paso TX, McAffee Army Health Clinic, White Sands Missile Range NM Weed Army Community Hospital, Fort Irwin, CA 92310 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. Simplified acquisition procedures will be followed. Interested parties must be registered in the System for Award Management (SAMS), online at www.sam.gov All responsible Contractors shall fill out the attached Blanket Purchase Agreement Scope of Work and provide price/product listing. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 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: 52.204-7 Central Contractor Registration, 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 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, 52.225-13 Restriction on Certain Foreign Purchases,52.232-18 availability of Funds, and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.203.3 Gratuities; 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; Alternate III. WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the System for Award Management (SAMS), online at www.sam.gov to be eligible for award. The SAM internet web site is www.sam.gov. Offers are due by 11May 2013 10:00 AM, LOCAL Pacific Standard Time. Submit offers via fax to (253) 968-4091 or email to angela.a.dexter.civ@mail.mil. ALL QUESTION NEED TO BE SUBMITTED VIA EMAIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-12-T-0068/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
SN03034501-W 20130413/130411235335-1205d650698b24489958e74d723e0212 (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.