Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

65 -- Hysteroflow/Hysterobalance System

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N0025914T0386
 
Archive Date
10/10/2014
 
Point of Contact
Julie A. Bertrand, Phone: (619) 532-8083
 
E-Mail Address
julie.bertrand@med.navy.mil
(julie.bertrand@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to Olympus America, Inc. or its distributors or resellers. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items, prepared in accordance with the format 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 solicitation number, N00259-14-T-0386 is issued as a request for quotation (RFQ). The closing date is September 25, 2014 @ 11:00 AM Pacific Daylight Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76. 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; http://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 responsive sources capable of providing the following supplies/services: 0001 WA40620A Hysteroflow, Pump, Fluid Management, Hysteroscopic Includes Hysterobalance System WA40622A QTY: 1 Each Price: __________ 0002 006772-901 Canister, Hysteroflow 36/cs QTY: 1 Case Price: __________ 0003 WA40634A Tubing, Inflow/Outflow Hysteroflow/Hysterobalance System 5/cs QTY: 1 Case Price: __________ 0004 Shipping QTY: 1 Each Price: __________ This unit must be able to provide accurate measurement of fluid loss and intra-urine pressure in a closed system. Unit must be able to be used in gynecology surgical procedures such as hysteron-resection. Unit must be able to provide a clear and precise screen for pressure monitoring. Unit must offer a fast and accurate pressure control and cart based portable unit. Unit must be able to provide a balanced trolley/cart capability. Power supply must be 100-115VAC, 50/60Hz. Unit offers easy to read large text and numeric color LCD display. Unit must be able to provide acoustic alarms for overpressure and perforation. The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-13 System for Award Management (JUL 2013) 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 (JUL 2010) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (DEC 2010) 52.204-10 Reporting Subcontract Awards (FEB 2012) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)(E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 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 2007) 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 are to be used to evaluate offers: 1) Technical Capability. 2) Past Performance, addressing that you have provided the same or similar items in the last 3 years. 3) Price defined as fair and reasonable. Technical capability and past performance, when combined, are considered more important than price. 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 System for Award Management Registration (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Email your quote to Julie Bertrand on or before 11:00 AM Pacific Daylight Time on September 25, 2014. Email: Julie.Bertrand@med.navy.mil Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0386/listing.html)
 
Place of Performance
Address: U.S. Naval Hospital, PSC 475 Box 6, FPO AP 96350, Ship to: 4551 East Philadelphia St, Ontario, California, 91761, United States
Zip Code: 91761
 
Record
SN03517916-W 20140920/140918235527-aa4b3944a5e43bbd2afdeeeb3f9de42e (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.