Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2008 FBO #2435
SOLICITATION NOTICE

65 -- The requirement is for the stealthnavigator portable system, fee for use, passive cranial biopsy, cranial tumor resction, and axiem non-invasive tumor resection.

Notice Date
7/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, 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
W45CM18093820
 
Response Due
7/31/2008
 
Archive Date
9/29/2008
 
Point of Contact
Gloria Moreno, 210 221 4752
 
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. Solicitation W45CM18093820 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is solicited on a 100% Small Business Set-Aside basis for NAICS 339113, size standard 500 employees. Fee for Use. Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. FAR provisions and clauses can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The requirements of this solicitation are for StealthNavigator portable system: Base Period Date of Award to 30 Sept 08 Item no. 0001: Passive Cranial Biopsy, Medtronic SNT no. 9731754 or equal, 10 procedures Salient characteristics: - Software license key - Access to produce-specific instrument set, includes Blunt Tip Pointer, Guide Stem Tracker, Cranium reference frame, Articulating Support Arm, Sterilization Tray - StealthNavigus kits, guide stems and bases - Passive stealth biopsy needle - Pre-sterilized passive spheres - Procedure pocket guide - StealthNavigator(SM) procedure archive media - Quick image feedback with a 15 inch touchscreen - Capable with multiple imaging modalities - Technical on-site support, set up, tear down Item no. 0002: Cranial Tumor Resection, Medtronic SNT item no. 9731755 or equal, 10 procedures Salient characteristics: - Software license key - Access to produce-specific instrument set, includes Blunt Tip Pointer, Guide Stem Tracker, Cranium reference frame, Articulating Support Arm, Sterilization Tray - StealthNavigus kits, guide stems and bases - Passive stealth biopsy needle - Pre-sterilized passive spheres - Procedure pocket guide - StealthNavigator(SM) procedure archive media - Quick image feedback with a 15 inch touchscreen - Capable with multiple imaging modalities - Technical on-site support, set up, tear down Item no. 0003: AXIEM Non-Invasive Tumor Resection, Medtronic SNT item no. 9731975 or equal, 10 procedures - Software lcense key -Acess to procedure-specific instrument set, which includes Click and Point Handle - Axiem Crainial Tumor Resection Kit - Axiem Registration Wand with Double Coil Tip Tracking, 1 ea - Non-Invasive patient tracker, 1 ea - Axiem radiolucent adapter, 1 ea - Axiem stylet, with double coil tip tracking, 1 ea - Axiem Emitter Drape, 1 ea - Axiem Cable Clip, 1 ea - Tumor Resection procedure pocket guide -StealthNavigator(SM) procedure archive media -Technical on-site support, set up, tear down Item no. 0004: Cancellation Fee, 10 ea - Less than one business day notice of cancellation of procedure Item no. 0005: Delay Fee, 10 ea - Three hours from time of scheduled procedure Item No. 0006: Stealth Navigator, Medtronic SNTor equal, - Not Separately priced, 1 each - capable for optical and Axiem tracking technologies - quick image feedback with a 15 inch touchscreen - compatible with multiple imaging modalties - fully portable systems - Activity will contact vendor to schedule OPTION PERIOD 01 OCT 08 30 SEP 09 Item no. 1001: Passive Cranial Biopsy, Medtronic SNT no. 9731754 or equal, 10 procedures Salient characteristics: - Software license key - Access to produce-specific instrument set, includes Blunt Tip Pointer, Guide Stem Tracker, Cranium reference frame, Articulating Support Arm, Sterilization Tray - StealthNavigus kits, guide stems and bases - Passive stealth biopsy needle - Pre-sterilized passive spheres - Procedure pocket guide - StealthNavigator(SM) procedure archive media - Quick image feedback with a 15 inch touchscreen - Capable with multiple imaging modalities - Technical on-site support, set up, tear down Item no. 1002: Cranial Tumor Resection, Medtronic SNT item no. 9731755 or equal, 10 procedures Salient characteristics: - Software license key - Access to produce-specific instrument set, includes Blunt Tip Pointer, Guide Stem Tracker, Cranium reference frame, Articulating Support Arm, Sterilization Tray - StealthNavigus kits, guide stems and bases - Passive stealth biopsy needle - Pre-sterilized passive spheres - Procedure pocket guide - StealthNavigator(SM) procedure archive media - Quick image feedback with a 15 inch touchscreen - Capable with multiple imaging modalities - Technical on-site support, set up, tear down Item no. 1003: AXIEM Non-Invasive Tumor Resection, Medtronic SNT item no. 9731975 or equal, 10 procedures - Software license key -Acess to procedure-specific instrument set, which includes Click and Point Handle - Axiem Crainial Tumor Resection Kit - Axiem Registration Wand with Double Coil Tip Tracking, 1 ea - Non-Invasive patient tracker, 1 ea - Axiem radiolucent adapter, 1 ea - Axiem stylet, with double coil tip tracking, 1 ea - Axiem Emitter Drape, 1 ea - Axiem Cable Clip, 1 ea - Tumor Resection procedure pocket guide -StealthNavigator(SM) procedure archive media -Technical on-site support, set up, tear down Item no. 1004: Cancellation Fee, 10 ea - Less than one business day notice of cancellation of procedure Item no. 1005: Delay Fee, 10 ea - Three hours from time of scheduled procedure Item No. 1006: Stealth Navigator, Medtronic SNTor equal, - Not Separately priced, 1 each - capable for optical and Axiem tracking technologies - quick image feedback with a 15 inch touchscreen - compatible with multiple imaging modalties - fully portable systems - Activity will contact vendor to schedule Period of Performance: Date of Award Sep 08 with one option year FOB: Destination, Fort Sam Houston, TX (all line items). FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their proposal. Evaluation of Proposals: (a) The Government will issue an order from this solicitation to the responsible vendor whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate proposals: Technical capability, past performance, and price. (b) Provide the following information with your proposal: 1. Technical Capability: If providing an equal product(s), proposals must comply with FAR provision 52.211-6, Brand Name or Equal. 2. Past Performance. Attached to this solicitation is a Past Performance Questionnaire to be completed by three customers of the same or similar products or services. Vendors are responsible for ensuring completed questionnaires are submitted to the Great Plains Regional Contracting Office by the RFPs closing date and time (see address and point of contact information at the end). 3. Price (c) Award will be on an all or none basis. Vendors must submit their proposals by the due date and time below. Quotes received at other than the stated address will not be considered for award. (d) Evaluation Process: All quotes will be evaluated in accordance with the following criteria: 1. The award decision will be based upon the best value offered to the Government and not solely on price and price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of all factors. 2. Technical and Past Performance are more significant than price. Technical and Past Performance, when combined, are substantially more significant than Price. However, Price could become the determinative selection factor if the quality of the proposal is determined to be essentially equal, or if a proposal deemed superior in technical quality is determined not the be worth the high price premium. The trade-off between technical merit and price could result in awarding to other than low offeror. The following FAR and DFARS provisions and clauses apply to this solicitation: FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 52.212-4 [Contract Terms and Conditions Commercial Items]; 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] with these sub clauses: 52.203-6 [Restrictions on Subcontractor Sales to the Government], 52.219-6 [Notice of Small Business Set-Aside], 52.219-8 [Utilization of Small Business Concerns], 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, Veterans of the Vietnam Era, and Other Eligible 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], 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees], 52.222-50 [Combating Trafficking in Persons], 52.225-3 [Buy American Act-Free Trade Agreements-Israeli Trade Act], 52.225-13 [Restrictions on Certain Foreign Purchases], 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration], 52.237-1 [Site Visit], 52-237-2 [Protection of Government Buildings, Equipment, and Vegetation]; DFARS 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; 252.212-7000 [Offeror Representations and Commercial Items]; 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with these sub clauses: 52.203-3 [Gratuities], 252.225-7001 [Buy American Act and Balance of Payments Program], 252.225-7012 [Preference for Certain Domestic Commodities], 252.232-7003 [Electronic Submission of Payment Requests], 252.243.7002 [Requests for Equitable Adjustment], 252.247-7023 [Transportation of Supplies by Sea]. In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:252.225-7014 [Preference for Domestic Specialty Metals, Alternate I], 252.237-7019 [Training for Contractor Personnel Interacting with Detainees], 252.247-7023 [Transportation of Supplies by Sea], 252.247-7024 [Notification of Transportation of Supplies by Sea]. DFARS 252.211-7003 [Item Identification and Evaluation] applies to this solicitation. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT OF 1996, PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION (Mar 2008)is also incorporated to this RFP. Full Text Clauses: 52.217-8 Option to Extend Services-The Government may require continued performance of any services within the limits and at the rates specified in the contract.These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within15 calendar days prior to the expiration of the contract. 52.217-9 Option to extend the term of the contract-The Government may extend the term of this contract by written notice to the Contractor within 15 days of the end of the period of performance;provided that the Government gives the Contractor a preliminary notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the government exercises this option, the extended contrat shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed, 14 months. 52.232-19 Availability of Funds for the next fiscal year-Funds are not presently available for performance under this contract beyond 30 September 2008.The Governments obligation for performance of this contract beyond the date is contingent upon the availability of funds from which payment for contract purposes can be made.No legal liability ont he part of the Government for any payment may arise for performance under this contract beyond 30 September 2008 or 30 September of any option year, if exercised, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. The closing date and time of this solicitation is 31 July 2008, 02:00 p.m. CST. Submit proposals on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: Gloria Moreno, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 221-3141, Attn: Gloria Moreno; e-mail: gloria.moreno@amedd.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Gloria Moreno, telephone: (210) 221-4752; email: gloria.moreno@amedd.army.mil Past Performance Questions Contractor: ___________________________ 1.How long has your company had a contract with this contractor?___________________ 2. Quality of Fee Per Use compliance with contract requirement? See below for rating system. (1) Very Good ___ (2)Satisfactory ___ (3)Marginal ____ (4)Unsatisfactory ____ 3. Has there been late deliveries or other unsatisfactory performance resulting in additional contractual or administrative costs? Yes _______ No _______ 4.Business/Customer Relations - Effective management; reasonable/cooperative behavior; flexible; business like concern for Governments/customers interest. Very Good ____ Met Contractual Requirements in some cases exceeded Satisfactory ____ Met Contractual Requirements Marginal ____ Barely met Contractual Requirements Unsatisfactory ____ Did not meet Contractual Requirements Rating System: (1)Very Good Performance meets contractual requirements and exceeds some to the governments benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective. (2)Satisfactory Performance meets contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. (3)Marginal Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractors proposed actions appear only marginally effective or were not fully implemented. (4)Unsatisfactory Performance does not meet most contractual requirements. The contractual performance of the element or sub-element contains serious problem(s) for which the contractors corrective actions appear or were ineffective. Signature:______________________ DATE: ______________________ NAME: ______________________ Title: ____________________
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4a8e6696ca4b402d419a1b33ab86141e&tab=core&_cview=1)
 
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
 
Record
SN01624129-W 20080727/080725225835-4a8e6696ca4b402d419a1b33ab86141e (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.