Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2006 FBO #1755
SOLICITATION NOTICE

65 -- Orthopedic Systems Inc. (OSI) Jackson Table System JTS w/accessories

Notice Date
9/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-06-T-0163
 
Response Due
9/21/2006
 
Archive Date
11/20/2006
 
Small Business Set-Aside
Total Small Business
 
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. Solicitatin W91YTZ-06-T-0163 is a request for quotation (RFQ); its document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-23 an d 2001-19 Update. This is a total small business set aside. The Standard Industrial Classification Code is 5047 and the North American Industry Classification System Code is 423450. Womack Army Medical Center, Fort Bragg, North Carolina, has a requirement for an OSI Jackson Spinal Surgical Table System JTS with the following components: ITEM 0001: 1 SYSTEM to include: 1 each 5803 Advanced Control Retractable I base for the OSI Modular Table System; 1 each 5927 Radiolucent Imaging top w/gimbals 500 lb capaci ty; 1 each 5943AP Jackson Spinal Top (500 lbs) w/gimbals and advanced control pad system; 2 each 5356 Pivoting Arm Board 2 inch w/ShearGuard Gel Pad; 1 each 5839 A/P Casstte Tray for Jackson & Imaging Top; 1 case 5808 Jackson Spinal Table Pkit (6/case ); 2 each 5855-830 Side rail adapter for Orthopedic and Imaging Top; 2 each 5888 Retractor adapter for Jackson Spinal Table Top; 1 each 10103 OrangeAid Gel - full length operating table pad; 1 each 5979-1 Cervical management base unit; 1 each 5319G Wils on Frame w/shearguard gel pads; and 1 each 5322 Patient Kits for Wilson frame TOTAL PRICE: ITEM 0002: JTSEXTWARR 1 Year Additional Warranty TOTAL PRICE: System to include two (2) each operation manuals, service manuals, or CD a nd Repair parts lists Shipment: Shipment shall be delivered to Womack Army Medical Center, Building 4-2817, Reilly Road, Fort Bragg, NC 29310-5000, FOB destination pricing according to FAR 52.247-34 F.o.b. Destination. Acceptance will be made by Womack Arm y Medical Center. Government Point of Contact (POC): Sandra Bulls Telephone: 910-907-6954 Email: Sandra.Bulls@amedd.army.mil. The following provisions in their latest editions apply to this solicitation. (1)52.212-1, Instructions to Offeror-Commercial Item s with the addendum that: The offer submitted shall include: (a) proposed prices; (b) Technical capability to include product literature, catalog price lists if available; (c) completed copy of FAR 52.212-3-Offeror Representations and Certifications-Commer cial Items(Mar 2005); however, only paragraph (j) of this provision is required if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. and (d) Past Performance, minimum of three references for simi lar scope of work, with whom past performance can be verified, to include: contact name, telephone number, e-mail address, contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2 Evaluation-Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the G overnment, price and other factors considered. The following factors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABL E: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work wi ll be determined unacceptable. Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on the solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and curren t contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and compl exity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on a ny contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexit y of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. - Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better te chnical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. (2)FAR 52.212 -4, Contract Terms and Conditions - Commercial Items (3) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)clauses 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segrated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Actiojn for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabl ed Veterans; 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act; and 52.232.33 Payment by Electronic Funds Transfer--Central Contractor Registration (4) FAR 52.219-6 Notice of Total Small Business Set-a-side (5) DFAR 252.232-7003 Electroni c Submission of Payment Requests (6) FAR 52.252-1 - for all referenced clauses/provisions, see seb sites www.acquisition.gov or www.acq.osd.mil (7) DFAR 252-204-7004 Alt A Central Contractor Registration (8) DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues, specifically para (a) 252.225-7001 Buy American Act and Balance of Payment Program (9) DFAR 252-225-7002 Qualifying Country Sources as Subcontractors. METHOD OF SUBMMISSION OF OFFERS for this solicitation shall be addressed t o North Atlantic Regional Contracting Office, ATTN: Sandra Bulls, email Sandra.Bulls@amedd.army.mil or by Fax (910) 907-9307), NOT LATER THAN 21 Sept 2006 2:00 PM, EST. For technical questions, Government Point of Contact is Sandra Bulls at 910-907-6954.
 
Place of Performance
Address: North Atlantic Regional Contracting Office Womack Army Medical Center, Bldg. 4-2817 Reilly Rd. Fort Bragg DC
Zip Code: 20310-5000
Country: US
 
Record
SN01144013-W 20060916/060914221805 (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.