SOLICITATION NOTICE
65 -- Consignment for Level I Trauma Set for Base Year and Three Option Years
- Notice Date
- 12/11/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K00-04-T-0044
- Response Due
- 12/16/2003
- Archive Date
- 2/14/2004
- Point of Contact
- copeland willie, 210 916 -3142
- E-Mail Address
-
Email your questions to Great Plains Regional Contracting Ofc
(willie.copeland@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA 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 b eing requested and a written solicitation will not be issued. The requirement is for Consignment of Level I Trauma Set, Mfg., KLS Martin LP or an equal. Performance period: From date of award through 30 September 2004 for base year, and 3 option years for Evans Army Community Hospital, Fort Carson, CO. CLIN 0001 Qty: 1, Modules Housing, CLIN 0002, Qty: 1, Instruments, CLIN 0003, Qty: 1, 1.5MM Module; CLIN 0004: Qty: 1, 2.0MM Module, CLIN 0005, Qty: 1, 2.0MM MMF Module, CLIN 0006, Qty: 1, 2.3MM Modu le, CLIN 0007, Qty: 1, 2.7MM Module, and CLIN 0005, Qty: 1, Transbuccal Trocar System. Provide the set amount above and attach a breakout of the components that comprise your system to include unit price for each item for base year and option years. Th is will allow the Government to order a complete system or portions of a system as needed utilizing the Government credit card. The following performance based statement of work (SOW) is included in solicitation and will be incorporated into the award: Con signment Requirements: Initial Set of Level I Trauma Set: Within ten (10) calendar days after award, the contractor will provide one complete set of Level I Trauma Set on a consignment basis at Evans Army Community Hospital, Fort Carson, CO, Operating Room . As a minimum, one complete set will be on hand at the Operating Room at all times. The Contractor will be solely responsible for securing and maintaining the inventory in this cart. A complete itemized listing of Level I Trauma Set identified by mode l and/or catalog part numbers will be provided to the Contracting Officer upon delivery of the initial inventory. Upon delivery of the product the service Nurse, Supply NCO and Vendor Representative will take an inventory of items. Contractor personnel, in conjunction with Operating Room personnel, will periodically (no less than semiannually) conduct a physical inventory. Any problems /issues that cannot be resolved during inventory should be brought to the attention of the Contracting Officer. A Compan y representative must be available 24 hours a day for all scheduled procedures. The contractor will provide the government a telephone number and a name of individual to call for scheduled surgeries. The individual or suitable replacement must be at any scheduled surgery within 4 hours after notification. Normally, as a minimum, the government will give a 2-hour notification. Level I Trauma set must be readily available in a lockable cart container provided by the vendor. At any time the items are not being used for a period exceeding two months, the company will have the option of removing the items at no cost from the hospital. The Government assumes no liability for any items provided to Evans Army Community Hospital on a consignment basis, unless d amaged or loss by Government personnel, until such time as a requirement exists and a credit card order is made via the Government Credit Card. The procedures for placement of Credit Card Orders and restocking of the consignment inventory will be as follo ws: At the conclusion of each surgery, the Operating Room will establish which parts were used; 2. Within one workday, the Operating Room will contact the Government Credit Card Holder to initiate payment via the Government Credit Card; 3. The Government Credit Card Holder will in-turn contact the contractor within one workday and authorize payment for the parts used. The contractor shall replace the used implant within 24 hours, after notification by the Government Credit Card Holder. The contractor at no charge to the Government will replace defective parts, unless the Government has misused or lost a part. Defective parts will be replaced within 8 hours aft er notification. The contractor must have the capability to provide additional parts during periods of work influx. The recommended North American Industry Classification System Code (NAICS) for this procurement is 339112. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, FAR 52-212-2, Evaluation-Commercial Items (Evaluation based on price. Past performance may also be considered). A completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items must be included with the offer. The clauses at FAR 52.211-6 Brand Name or Equal (Aug 1999), FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; Addendum to FAR 52.212-4, Privacy of Protected Health Information (Dec 2002) (HIPPA Clause), Addendum to FAR 52-212-4 Additional Terms and Conditions: The total guaranteed minimum contract value is $2500.00 for the base year and each option year. The estimated maximum value is $100,000.00 t o include all options, if exercised, FAR 52.216-18 Ordering Oct 1995. Insert date of 30 September 2007 in (a); FAR 52.216-19 Order limitations Oct 1995. Minimum order: $100.00 is inserted in (a); (b) no change; $10,000.00 is inserted in (1); $25,000. 00 is inserted in (2); five (5) calendar days is inserted in (3); FAR 52.216-22 Indefinite Quantity (Oct 1995); FAR 52-217-5 Evaluation of Options (Jul 1990), FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000), Insert 15 calendar days in fi rst sentence of (a) and 60 days in last sentence of (a); Insert 48 months in (c); FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.222-21 {Prohibition of Segregated Facilities; FAR 52. 222-26, Equal Opportunity (E.O.11246); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C 793); FAR 52.222-37, Employment Repo rts on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C 4212); FAR 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52-232-36, Payment by Third Party (31 U.S.C. 3332). The method of payment under the contrac t will be by Government Credit card. Contractor must be able to accept the Government Credit card for payment purposes before award is made. FAR 52.232-19, Availability of Funds for the next Fiscal Year (Apr 1984); FAR 52.252-1 Solicitation Provisions Inc orporated by Reference (Feb 1998), DFAR Clause 252-225-7001, Buy American Act and Balance of Payment Program (2003); DFAR Clause 252-225-7000 Buy American Act - Balance of Payments Program Certificate (Apr 2003). Full text of provisions and clauses may b e accessed electronically at the following addresses: http://www.arnet.gov/far. All quotations are due by 14:00 P.M., December 16, 2003 EST. All responsible sources should submit quotes to Willie J. Copeland, at fax number 210 916-3040 or by email: will ie.copeland@amedd.army.mi
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
- Zip Code: 78234-6200
- Country: US
- Zip Code: 78234-6200
- Record
- SN00488099-W 20031213/031211212329 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |