Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOLICITATION NOTICE

65 -- SPINAL IMPLANT PROCEDURE EQUIPMENT AND SUPPLIES

Notice Date
8/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument 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
W81K0010T0259
 
Response Due
8/17/2010
 
Archive Date
10/16/2010
 
Point of Contact
John Roeck, 210-221-4648
 
E-Mail Address
Great Plains Regional Contracting Ofc
(john.roeck@us.army.mil)
 
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. 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 request and a written solicitation will not be issued. Solicitation #W81K00-10-T-0259 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This acquisition is solicited for small business set-aside under NAICS 339112. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for spinal implant procedure equipment and supplies for Brooke Army Medical Center, Fort Sam Houston, TX. Required delivery FOB Destination for period 1 October 10 through 30 September 2011. Line item 0001: ART 21 MODEL 755VES CENTRIFUGE, SpineSmith or equal, 1 each Line item 0002: IMPLANT SPINE FUSIONSINGLE LEVEL, #ART-RESQ-L, SpineSmith or equal, 12 each Line item 0003: IMPLANT SPINE FUSION-2-3 LEVEL, #ART-RESQ-L2 3, SpineSmith or equal, 24 each Line item 0004: IMPLANT ORTHOPEDIC, #ART-RESQ-O, SpineSmith or equal, 48 each Line item 0005: Training one technician to include contractor site and travel, and OR supervision at BAMC during initial use of equipment, SpineSmith or equal, 1 each Salient characteristics of line item 0001: "Unit must meet the following salient characteristics: oOverall dimension:9 x 14.5 x 17 oCentrifuge motor: hp Brushless DC oProtection breaker:4amp re-settable oTimer: Electronic, with hold or 0 to 99 minutes, +/- 1% oWeight:39 lbs. oAmbient Temperature during Operation: 2 degrees C 35 degrees C oMaximum Relative air humidity: 90% oPower:200w oVoltage100v(+/- 10); 230v(+/- 20) oFrequency50/60hz Unit features: oLid w/knob or handle oLid safety interlock system oCycle counter oPower button Control panel features: oRPM display oRPM change buttons (up/down) oRunning indicator oLatched indicator oUnlocked indicator oStart button oOpen/stop button oMemory button oPreset display oProgram button oBrake display oTime change buttons (up/down) oTime Display oAdvanced User Settings oBraking rate the user may adjust the braking rate from minimum to maximum. oCountdown delay When countdown is engaged, the timer will not begin decrementing until the rotor reaches full speed. oImbalance Detection Feature to indicate when imbalance is detected and automatically engages safe shutdown. oAudible setting 6 selections of audible indicator levels. oMemory May be overwritten by storing processes. oCycle Counter: Mechanical cycle counter. Items 0002-0004 are brand name or equal disposables to be used on centrifuge unit. The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-4 [Contract Terms and Conditions Commercial Items] Addendum 52.212-4; (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.203-6 [Restrictions on subcontractor sales to the Government]; 52.211-6 [Brand Name or Equal]; 52.219-1 [Small Business Program Representations]; 52.219-6 [Notice of total small business set-aside]; 52.219-14 [Limitations on subcontracting]; 52.219-28 [Post-award small business program representation]; 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 ero, and other eligible veterans]; 52.222-36 [Affirmative action for workers with disabilities]; 52.222-50 [Combating trafficking in persons]; 52.223-3 [Hazardous material identification and material safety data]; 52.225-13 [Restrictions on certain foreign purchases]; 52.232-17 [Interest]; 52.232-23 [Assignment of claims]; 52.233-3 [Protest after award]; 52.233-4 [Applicable law for breach of contract claim]; 52.237-2 [Protection of Government Buildings; Equipment, and Vegetation]; 52.242-13 [Bankruptcy]; 252.203-7000 [Requirements relating to compensation of former DOD officials]; 252.203-7002 [Requirement to inform employees of whistleblower rights]; 252.204-7000 [Disclosure of information]; 252.212-7000 [Offeror Representations and Certifications-Commercial Items]; 252.232-7003 [Electronic submission of payment requests and receiving reports]; End Addendum 52.212-4 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items](Deviation) 52.212-1 [Instructions to Offerors]; Addendum 52.212-1: 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 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. The closing date and time of this solicitation is 17 August 2010, 10:00 a.m. CST. Submit quotations 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: John Roeck, 3851 Roger Brooke Drive, Bldg 1103, Fort Sam Houston TX 78234-6200; fax: (210) 221-5359. 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: John Roeck, 210-221-4648; e-mail: john.roeck@us.army.mil. End of Addendum to 52.212-1 The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: Addendum to 52.212-2 a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the items offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. 4. Award will be all or none. End Addendum 52.212-2 52.212-3 [Offeror Representations and Certifications-Commercial Items]; (end)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0010T0259/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
 
Record
SN02235423-W 20100812/100810235912-d7e32fcfbb2791b574b973a0553c9094 (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.