SOLICITATION NOTICE
65 -- OSV II VALVE SYSTEM
- Notice Date
- 12/20/2010
- 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
- W91YU0-11-T-0021
- Response Due
- 12/27/2010
- Archive Date
- 2/25/2011
- Point of Contact
- DeMetra Bell, 915 569-1937
- E-Mail Address
-
Western Regional Contracting Office
(demetra.bell@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. 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 separate written solicitation will not be issued. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for: CLIN 0001: OSV II VALVE SYSTEM WITH ANTICHAMBER 15 CM SHUNT. BRAND NAME OR EQUAL. SALIENT CHARACTERISTICS ARE: 1.MUST HAVE INTEGRAL 1-10 CM OPEN ENDED, BARIUM-STRIPED PERTONEAL CATHETER 2.MUST HAVE STRAIGHT POLYPROPYLENE CONNECTOR 3.MUST HAVE INTEGRAL 6.4 MM BURR HOLE CAP 4.MUST HAVE REGULAR (2.5MM) AND SHALLOW (0.8MM) POLYPROPYLENE BURR HOLE RESEVOIRS 5.MUST HAVE LUER CONNECTOR 6.MUST HAVE VENTRICULAR INTRODUCING ROD The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following clauses apply to this acquisition: The following FAR Clauses apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-4 Addendum: (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 herein for locations where full text can be found. (End of Addendum to 52.212-4). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-13 Bankruptcy; 52.245-1, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. The following DFARS clauses apply: 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments. WAWF Instructions (local clause available via e-mail request). The following provisions/clauses apply: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-1 Addendum, the following changes apply: (m) Offerors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Submit a quote on the offerors' letterhead, responding to RFQ W91YU0-11-T-0038 by 27 Dec 2010 1:00 PM MT, via email (preferred) to DeMetra.Bell@amedd.army mil, or fax to (915)569-4736. (n) The offeror shall submit a completed copy of FAR 52.212-3 Alternate I, Representations and Certifications - Commercial Items. If the offeror has completed the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov, the offeror shall indicate such. The offeror shall submit a completed copy of DFARS 252.212-7000 Offeror Representation and Certifications - Commercial Items. (o) The offeror shall submit a quote for the brand name or equal product, in accordance with FAR 52.211-6 and that meet the salient characteristics described in CLIN 0001. If submitting an "equal" product, the offeror shall submit detailed product information that describes how the equal product meets all the salient characteristics. (p) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. (End of Addendum 52.212-1). 52.211-6 Brand Name or Equal; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil/); 252.212-7000 Offeror Representations and Certifications-Commercial Items; 252.225-7000 Buy American Act - Balance of Payments Program Certificate; 52.212-2 Evaluation-Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: Technical Acceptability: If providing an "equal" product, comply with FAR 52.211-6 and submit specific information that describes how the "equal" product meets the salient characteristics described in CLIN 0001. Price: will be evaluated for fair and reasonableness. Only those quotes rated technically acceptable will be further evaluated for price. Evaluation Process: All quotes will be evaluated based on technical acceptability. The award decision will be based on lowest priced, technically acceptable quote. To be considered technically acceptable, the offeror shall submit a quote on the brand name or equal requested. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3 Offeror Representations and Certifications-Commercial Items Alt I. (Offerors must complete FAR 52.212-3 Offerors Representations and Certifications - Commercial items or do so on-line at http://orca.bpn.gov).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-11-T-0021/listing.html)
- Place of Performance
- Address: Western Regional Contracting Office, WBAMC CELL ATTN: 5005 N PIEDRAS ST EL PASO TX
- Zip Code: 79924
- Zip Code: 79924
- Record
- SN02347304-W 20101222/101220233859-4511c93d747cea774e86a3ebeb5f9628 (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 |