Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2004 FBO #0829
SOLICITATION NOTICE

65 -- Consignment of Hoffman II Implants, Hoffman II Instruments, Compac implants, Compac Instruments, Apex Pin Tray, Apex Instruments, and Monotube Implant

Notice Date
3/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
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-0039
 
Response Due
3/5/2004
 
Archive Date
5/4/2004
 
Point of Contact
copeland willie, 210 916 -3142
 
E-Mail Address
Great Plains Regional Contracting Ofc
(willie.copeland@amedd.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, quotes are being requested and a written solicitation will not be issued. The requirement is for Consignment of Howmedical Implants system or an equal. Performance period: From date of award through 30 September 2004 for base year, and 3 option years for Williams Beaumont Army Medical Center, El Paso, TX. This is a firm fixed price contract. CLIN 0001: Qty: 1, Supplies/Service: Hoffman II Implants, Unit: Set, Unit Price: Amount: CLIN: 0002, Qty 1, Supplies/Service: Hoffman II Instruments, Unit: Set, Unit Price: Am ount CLIN: 0003, Qty: 1, Supplies/Service: Compac Implants, Unit: Set, Unit price: Amount: CLIN: 0004 Qty: 1, Supplies/Service: Compac Instruments, Unit: Set, Unit Price: CLIN: 0005, Qty: 1, Supplies/Service: Apex Pin Instruments, Unit: Set, Unit Pr ice: Amount CLIN: 0006 Qty: 1, supplies/Service: Apex Pin Tray, Unit: Set, Unit price: Amount: CLIN: 0007 Qty: 1, Supplies/Service: Monotube Implant Tray, Unit: Set, Unit price: Amount: Provide the set amount above and attach a breakout of the component s that comprise your system to include unit price for each item for base year and 3 option years. The following performance based statement of work (SOW) is included in solicitation and will be incorporated into the award. Consignment Requirements: Howmed ical Implant System. Within ten (10) calendar days after award, the contractor will provide one complete set of Howmedical Implant System on a consignment basis at William Beaumont Army Medical Center, El Paso, TX. As a minimum, one complete set will be o n hand for the Operating Room at all times. The contractor is responsible for securing and maintaining the inventory in this cart. The following is a set of Howmedica Implant System: Hoffman II Instrument, Hoffman II Implant Tray, Compac Instrument, Compa ct Implant Tray, Apex Pin Instruments, Apex Pin Tray, and Monotube Implant Tray. Within each system is a complete listing of each part by catalog number to make up each Howmedica Implant System (i.e. Hoffman II implant, Compac implant system, etc). A co mplete itemized listing of Howmedica Implant System identified by catalog part numbers will be provided to Central Materiel Services/Supply Technician. Implants will be ordered on as needed basis. Upon delivery of the product the supply technician or Ce ntral Materiel Services personnel will take an inventory of items. Contractor personnel, in conjunction with Central Materiel Services 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 company representative must be available 24 hours a day for all scheduled procedures. The contractor will provide the government a telephone number and a name o f 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, a 2-hour notification will be given by the government. The Howmedica Implant System must be readily available in our Central Materiel Services Department. 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 to the hospital. The Government assumes no liability for any items provided to William Beaumont Army Medical Center, unless damaged 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 fo r placement of Credit card Orders and restocking of the consignment inventory will be as follows. At the conclusion of each surgery, the company representative shall provide an invoice of implants used, which shall be verified by the OR Head Nurse. Within one workday, the Operating Room will contact the Government Credit Card Holder to initiate payment via the Government Credit Card. 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 implants within 24 hours, after notification by the Government Credit Card Holder. The contractor will replace d efective parts at no cost to the Government. The contractor must have the capability to provide additional parts during periods of work influx. The Instruments shall be loaned to the government for use with a specific implant procedure at no additional cost. The recommended North American Industry Classification System Code (NAICS) for this procurement is 339113. The provision at FAR 52.203-3, Gratuities (Apr 1984), FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, FAR 52- 212-2, Evaluation-Commercial Items (Evaluation based on Technical and Price. Technical capability and past performance, when combined, are significantly more important than price. Technical consists of subfactor: features of the system offered, i.e. must be able to treat multiple fractures with the same set; implants must be able to interconnect with other parts of the system. Past performance. Provide two (2) firms where you are currently providing the same or similar products. Have the completed questi onnaire sent directly back to our office. Also, provide the company name, telephone number, and POC that will provide your questionnaire with your offer. Questionnaires must be sent back directly from your POC. Questionnaires will be mailed or faxed to G reat Plains Regional Contracting Office, MCAA-GP-BAMC, ATTN Willie Copeland, 3851 Roger Brooke Drive, Room L31-9V, Fort Sam Houston, TX 78234 or FAX to 210-916-4698 or 3040.) Offerors must request a copy of the questionnaire by e-mailing Willie Copeland a t the e-mail below). 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 a nd 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 $5,000.00 for the base year and each option year, the method of payment under the contract will be via Government Credit Card. The government's requirement set forth herein do not result in order in the amount described, as estimated, the even shall no t constitute the basis for an equitable adjustment under this contract. The estimated maximum value is $360,000.00 to 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 limitat ions Oct 1995. Minimum order: $1,000,00 is inserted in (a); (b) no change; $25,000.00 is inserted in (1); $50,000.00 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 before the contract expire in first sentence of (a) and 60 days in last sentence of (a); Insert 45 months in (c), FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, FAR 52.222-3, Convict Labor (June 2003), FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2004), FAR 52.222-21 {Prohibition of Segregated Fac ilities, 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 Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C 4212), FAR 52.225-13, Restrictions on Certain Foreign Purchases (Oct 2003), 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 contract 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 52.246-16, Responsibility for Supplies (Apr 1984), FAR 52.252-1 Solicitation Provisions Incorporated by Referen ce (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), DFAR Clause 252-232-7003. Full text of provisions and clauses may be accessed electronically at the following addresses http://www.arnet.gov/far. All quotations are due by 4:00 P.M., March 5, 2004 EST. All responsible sources should submit quotes to Willie J. Copeland, at fax number 210 916-4698/3040 or by email wi llie.copeland@amedd.army.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/MEDCOM/DADA09/W81K00-04-T-0039/listing.html)
 
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
 
Record
SN00535392-F 20040304/040302225810 (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 |
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.