SOLICITATION NOTICE
65 -- Western Region Contracting Office (WRCO) intends to award multiple Blanket Purchase Agreements (BPAs) for Various Implants, Instruments and other consumable related supplies for the following outlying medical facilities (MTF):
- Notice Date
- 2/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU0-10-T-0052
- Response Due
- 3/9/2010
- Archive Date
- 5/8/2010
- Point of Contact
- Angela Dexter, 253-968-4912
- E-Mail Address
-
Western Regional Contracting Office
(angela.dexter@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; proposals are being requested and a written solicitation will not be issued. Western Region Contracting Office (WRCO) intends to award multiple Blanket Purchase Agreements (BPAs) for Various Implants, Instruments and other consumable related supplies for the following outlying medical facilities (MTF): prepared in accordance with FAR Part 12 Commercial Items & FAR Part 13 Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. Madigan Army Medical Center Departments (MAMC), Tacoma WA, Bassett Army Community Hospital, Fort Wainwright AK, Evans Army Hospital, Fort Carson CO, Raymond W Bliss Army Health Center, Fort Huachuca AZ Irwin Army Hospital, Riley KS, Gen Leonard Wood Army Hospital, Fort Leonard wood MO, Munson Army Health Center, Fort Leavenworth KS, William Beaumont Army Medical Center, El Paso TX, McAffee Army Health Clinic, White Sands Missile Range NM Weed Army Community Hospital, Fort Irwin, CA 92310 This announcement constitutes the only notice of this action. A solicitation will not be issued. WRCO is requesting product catalogs, pricing and other supplemental information for Various Implants, instrument and other - consumable related supplies, equipment from interested, FDA approved Vendors, both Large and Small Businesses. If the vendor is not an original equipment manufacturer (OEM), the vendor must provide evidence of an existing and continuing relationship with the OEM manufacturer(s) that demonstrates the vendors authority to distribute the OEMs products. The Primary NAICS Code is 339113 Surgical Appliance and Supplies Manufacturing and Secondary NAICS Codes 339112 Surgical and Medical Instrument Manufacturing and 334510 Electro medical and Electrotherapeutic Apparatus Manufacturing. FSC Code is 6515 Medical and Surgical Instruments, Equipment and Supplies. To be eligible to receive an agreement with the federal government, interested parties must register in the Central Vendor Registration (CCR) online at www.ccr.gov The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors; 52.212-2 Evaluation-Commercial Items; Addendum to 52.212-2 Evaluation Criteria; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following clauses apply to this acquisition: 52.204-7 Central Vendor Registration. 52.212-1 Instructions to Offerors- Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.219-28 Post Award Small Business Program Representation, 52.232-33 Payment by Electronic Funds,52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003)will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the BPA call period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. These include, but are not limited to, changes in the accounting and appropriation data, payment and issuing office addresses and other corrections that have no effect on the terms and conditions of the contract. (Local Clause 5001), (HIPPA) HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT OF 1996, PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION, Local Clause 5002) Wide Area Workforce Clause Clauses Incorporated by Reference. 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Rerepresentation, 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, 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, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.225-3 Buy American ActFree Trade, Agreements, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, The following DFARS clauses apply: 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 with Alt III; 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation. THE METHOD OF PAYMENT WILL BE GOVERNMENT PAYMENT CARD FOR EACH INDIVIDUAL BPA CALL. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to accept payment by Wide Area Work Flow electronic invoicing. ARMY ELECTRONIC INVOICING INSTRUCTIONS FOR REQUIRED USE OF WIDE AREA WORK FLOW INSTRUCTIONS WILL BE INCLUDED WITH EACH BPA CALL. ORDERING PROCEDURES All BPA holders will initially be issued a lump sum BPA Call between $100,000. Subsequent Calls will be placed as needed. As patient requirements for various implants s occur, the outlying medical facilities (MTF) will rotate contacting the various BPA holders for these products, and depending on the availability and delivery time of the products, will schedule the delivery accordingly. ALL INTERESTED FDA-APPROVED CONTRACTORS SHALL FILL OUT THE ATTACHED BLANKET PURCHASE AGREEMENT AND PROVIDE A PRODUCT CATALOG WITH CURRENT PRICING, INCLUDING APPLICABLE GOVERNMENT DISCOUNTS, QUANTITY ORDERING DISCOUNTS, OR OTHER APPLICABLE DISCOUNTS. Responses must be received by 5 March, 10:00 AM, LOCAL Pacific Standard Time. Submit information via email to angela.dexter@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-10-T-0052/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
- Zip Code: 98431-1110
- Zip Code: 98431-1110
- Record
- SN02063953-W 20100213/100211235436-edf50516bc8b0ee9d443db68247bb77e (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 |