Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2011 FBO #3560
SOLICITATION NOTICE

65 -- Dental Implants

Notice Date
8/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-11-T-0282
 
Response Due
8/29/2011
 
Archive Date
10/28/2011
 
Point of Contact
Pamela W. Owens, 706 787 0293
 
E-Mail Address
Southeast Regional Contracting Office
(pamela.w.owens@us.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. The solicitation number is W91YTV-11-T-0282. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 Effective 04 Aug 2011. The North American Industry Classification System (NAICS) Code for this procurement is: 339114. Small Business Size Standard is 500 employees. This requirement is unrestricted. The U.S. Army Medical Command, Eisenhower Army Medical Center, Fort Gordon, Georgia has a requirement for the following: CLIN 0001: Twist Drill with tip 2x7-15mm 32297. Quantity: 50. Unit price: _______________________________ Total Amount: ________________ CLIN 0002: Replace Select Tapered TiU NP3.5x10mm 29401. Quantity: 20. Unit price: _______________________________ Total Amount: ________________ CLIN 0003: Replace Select Tapered TiU NP3.5x13mm 29402. Quantity: 20. Unit price: _______________________________ Total Amount: ________________ CLIN 0004: Replace Select Tapered TiU RP4.3x10mm 29413. Quantity: 20. Unit price: _______________________________ Total Amount: ________________ CLIN 0005: Replace Slct Taperd TiU RP4.3x13mm 29414. Quantity: 30. Unit price: _______________________________ Total Amount: ________________ CLIN 0006: Replace Slct Taperd TiU WP5.0x10mm 29423. Quantity: 20. Unit price: _______________________________ Total Amount: ________________ CLIN 0007: Replace Slct Taperd TiU WP5.0x13mm 29424. Quantity: 20. Unit price: _______________________________ Total Amount: ________________ CLIN 0008: Replace Slct Taperd TiU NP3.5x8mm 36104. Quantity: 5. Unit price: _______________________________ Total Amount: ________________ CLIN 0009: Replace Slct Taperd TiU RP4.3x8mm 36106. Quantity: 5. Unit price: _______________________________ Total Amount: ________________ CLIN 0010: Replace Slct Taperd TiU WP5.0x8mm 36108. Quantity: 5. Unit price: _______________________________ Total Amount: ________________ CLIN 0011: Drill Tapered 3.5x13mm 29368. Quantity: 4. Unit price: _______________________________ Total Amount: ________________ CLIN 0012: Drill Tapered 4.3x10mm 29370. Quantity: 4. Unit price: _______________________________ Total Amount: ________________ CLIN 0013: Drill Tapered 4.3x13mm 29371. Quantity: 4. Unit price: _______________________________ Total Amount: ________________ CLIN 0014: Drill Tapered 5x10mm 29373. Quantity: 4. Unit price: _______________________________ Total Amount: ________________ CLIN 0015: Drill Tapered 5x13mm 29374. Quantity: 4. Unit price: _______________________________ Total Amount: ________________ CLIN 0016: Drill Tapered NP 3.5x8mm 32075. Quantity: 2. Unit price: _______________________________ Total Amount: ________________ CLIN 0017: Drill Tapered RP 4.3x8mm 32076. Quantity: 2. Unit price: _______________________________ Total Amount: ________________ CLIN 0018: Drill Tapered WP 5x8mm 32077. Quantity: 2. Unit price: _______________________________ Total Amount: ________________ CLIN 0019: Guide Drill 35426. Quantity: 50. Unit price: _______________________________ Total Amount: ________________ CLIN 0020: Healing Abutment NobRpl WP 06x5mm 29447. Quantity: 20. Unit price: _______________________________ Total Amount: ________________ CLIN 0021: Healing Abutment NobRpl RP04.3x5mm 33536. Quantity: 10. Unit price: _______________________________ Total Amount: ________________ CLIN 0022: Healing Abutment NobRpl RP04.5x7mm 29443. Quantity: 5. Unit price: _______________________________ Total Amount: ________________ CLIN 0023: Healing Abutment NobRpl RP04.3x3mm 33535. Quantity: 10. Unit price: _______________________________ Total Amount: ________________ CLIN 0024: Healing Abutment NobRpl RP 05x5mm 34219. Quantity: 5. Unit price: _______________________________ Total Amount: ________________ CLIN 0025: Healing Abutment NobRpl RP 5x3mm 34218. Quantity: 5. Unit price: _______________________________ Total Amount: ________________ CLIN 0026: Healing Abutment NobRpl RP03.6x5mm 34217. Quantity: 5. Unit price: _______________________________ Total Amount: ________________ Total Order (including shipping and handling) _______________________ This solicitation must be quoted all or none. Substitute Items: If you plan to provide other than the brand name cited in the purchase description, provide in your response the brand name and the catalog or part number you intend to furnish and the characteristics of the substitute item that are equivalent to the brand name. Also provide all documents which clearly describe the item(s) and its ability to meet the requirement, so that it can be evaluated by the end user. Failure to submit the requested subsititute item information before the closing date will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in materiel composition, size, environmental application, etc. If an item is furnished which does not meet the requirement, the item will be returned at the vendor's expense for a full refund. To be delivered to: U S Army Medical Command, Eisenhower Army Medical Center, ATTN: Ms. Cindy Shepard, Building 300 Hospital Road, Fort Gordon, Georgia 30905-5650 on or before September 15, 2011. FOB Destination. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) paragraph (a) through (l) apply to this acquisition. Addendum to 52.212-1 (m) All responsible sources should submit a quote to ATTN: Pamela Owens, Contract Specialist via fax at 706 787-6573 or e-mail: pamela.w.owens@us.army.mil by 5:00 pm EST, August 25, 2011. For information regarding this solicitation you may contact Pamela Owens, Contract Specialist via phone: 706 787-0293 or by e-mail. (n) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. (End of Addendum to 52.212-1) The following provisions are incorporated by reference: 52.211-6, Brand Name or Equal (Aug 1999); 52.214-34 Submission of Offers in the English Language (April 1991); and 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran Certification (Sep 2010). The following provisions are incorporated in full text: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far www.dtic.mil/dfars www.farsite.hill.af.mil (End of Provision) 52.252-5 Authorized Deviations in Provisions (Apr 1984) a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 252.225-7035 Buy America Act-Free Trade Agreement-Balance of Payments Program Certificate (Dec 2010) (a) Definitions. "Bahrainian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "foreign end product," "Moroccan end product," Peruvian end product," "qualifying country end product," and "United States," as used in this provision, have the meanings given in the Buy American Act-Free Trade Agreements-Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) For line items subject to Free Trade Agreements, will evaluate offers of qualifying country end products or Free Trade Agreement country end products other than Bahrainian end products, Moroccan end products, or Peruvian end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act-Free Trade Agreements-Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except the end products listed in paragraph (c)(2) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror shall identify all end products that are not domestic end products. (i) The offeror certifies that the following supplies are qualifying country (except Australian or Canadian) end products: (Line Item Number) (Country of Origin) (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products other than Bahrainian end products, Moroccan end products, or Peruvian end products: (Line Item Number) (Country of Origin) (iii) The following supplies are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": (Line Item Number) (Country of Origin (If known)) (End of provision) The provisions at FAR 52.212-2 Evaluation Commercial Items (Jan 1999) apply to this solicitation. Addendum to FAR 52.212-2, paragraph (a) and (c) apply to this acquisition with the following factors used to evaluate offers: An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors, as determined by the end user. Technical specifications of required items are included in the line item description. Items offered will be evaluated on equivalent technical capabilities as outlined in each line item (CLIN) description. End of Addendum to 52.212-2. Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (AUG 2009) and Alternate I (May 2011) with their offer. FAR 52.212-4, Contract Terms and Conditions- Commercial Items (June 2010) paragraph (a) through (t) applies to this acquisition. Addendum to 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. End of Adendum to 52.212-4 The following stand alone discretionary FAR and DFARS Clauses are incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010); 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Dec 2010); 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011); 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (June 2009); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.233-3, Protest After Award (Aug 1996); and 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004). 52.247-34 FOB Destination. DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Jan 2009); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); DFARS 252.225-7036 Buy America Act-Free Trade Agreements- Balance of Payments Program (Dec 2010); DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); and 252.232-7010 Levies on Contract Payments (DEC 2006). The following clauses are incorporated in full text: 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.arnet.gov/far www.dtic.mil/dfars www.farsite.hill.af.mil (End of Clause) 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (JAN 2009) (a) Definition. "Covered DoD official," as used in this clause, means an individual that- (1) Leaves or left DoD service on or after January 28, 2008; and (2)(i) Participated personally and substantially in an acquisition as defined in 41 U.S.C. 403(16) with a value in excess of $10 million, and serves or served- (A) In an Executive Schedule position under subchapter II of chapter 53 of Title 5, United States Code; (B) In a position in the Senior Executive Service under subchapter VIII of chapter 53 of Title 5, United States Code; or (C) In a general or flag officer position compensated at a rate of pay for grade O-7 or above under section 201 of Title 37, United States Code; or (ii) Serves or served in DoD in one of the following positions: program manager, deputy program manager, procuring contracting officer, administrative contracting officer, source selection authority, member of the source selection evaluation board, or chief of a financial or technical evaluation team for a contract in an amount in excess of $10 million. (b) The Contractor shall not knowingly provide compensation to a covered DoD official within 2 years after the official leaves DoD service, without first determining that the official has sought and received, or has not received after 30 days of seeking, a written opinion from the appropriate DoD ethics counselor regarding the applicability of post-employment restrictions to the activities that the official is expected to undertake on behalf of the Contractor. (c) Failure by the Contractor to comply with paragraph (b) of this clause may subject the Contractor to rescission of this contract, suspension, or debarment in accordance with 41 U.S.C. 423(e)(3). (End of clause) DFARS 252.204-7008 Export Controlled Items (Apr 2010) a) Definition. "Export-controlled items," as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR Parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). The term includes: (1) "Defense items," defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR Part 120. (2) "Items," defined in the EAR as "commodities", "software", and "technology," terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to- (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR Parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR Parts 120-130); and (6) Executive Order 13222, as extended; (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. (End of clause) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 2011) Deviation See Clause 52.252-2 for location to retrieve this clause. (End of clause) WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS Contractor shall submit payment request using the Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below) DFAS POC and Phone: CUSTOMER SERVICE 1-888-332-7366 WAWF-RA is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service: HQ 0490 DFAS - INDY VP GFEBS 8899 E. 56th Street Indianapolis, IN 46249-3800 Phone: 1-888-332-7366 Fax: 1-877-701-5069 (Same as block 18a of your purchase order/contract). Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents. TYPE OF DOCUMENT[X the appropriate block] ___ Commercial Item Financing ___ Construction Invoice (Contractor Only) ___ Invoice (Contractor Only) _X__ Invoice and Receiving Report (COMBO) ___ Invoice as 2-in-1 (Services Only) ___ Performance Based Payment (Government Only) ___ Progress Payment (Government Only) ___ Cost Voucher (Government Only) ___ Receiving Report (Government Only) ___ Receiving Report With UID Data (Government Only) ___ Summary Cost Voucher (Government Only) CAGE CODE: ISSUE BY DODAAC: W91YTV ADMIN BY DODAAC: W91YTV INSPECT BY DODAAC: W33BWP ACCEPT BY DODAAC: W33BWP SHIP TO DODAAC: W33BWP LOCAL PROCESSING OFFICE DODDAC: N/A PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: Ms. Cindy Shepard, Eisenhower Army Medical Center, Fort Gordon, GA. E-mail: cindy.shepard@us.army.mil, Phone: 706 787-2068 ACCEPTOR: Ms. Gloria Gaston, Eisenhower Army Medical Center, Fort Gordon, GA. E-mail: cindy.shepard@us.army.mil, Phone: 706 787-2068 RECEIVING OFFICE POC: Ms. Cindy Shepard, Eisenhower Army Medical Center, Fort Gordon,GA. E-mail: cindy.shepard@us.army.mil, Phone: 706 787-2068 CONTRACT ADMINISTRATOR: Pamela.w.owens@us.army.mil CONTRACTING OFFICER: Gloria.brogsdale@us.army.mil ADDITIONAL CONTACT: Pamela W. Owens Tel: 706-787-0293 E-mail: Pamela.w.owens@us.army.mil (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2011) Deviation applies to this acquisition. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-11-T-0282/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02544139-W 20110824/110822235317-9d95b6caeb4d12dd8c6af8ddd9fd5d3b (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.