Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2012 FBO #3968
SOLICITATION NOTICE

65 -- Orthopedic Surgical Instruments

Notice Date
10/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FM282322710634
 
Point of Contact
Brian Chisholm, Phone: 8508820272
 
E-Mail Address
brian.chisholm@eglin.af.mil
(brian.chisholm@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The AFTC Installation Contracting Division/PZIOBC, Eglin AFB FL, intends to solicit, negotiate, and award a Firm-Fixed Price contract for a Zimmer Universal Power System Surgical Instruments with attachments and accessories. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR 12.6 and FAR 13.1, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will NOT be issued. The solicitation number is FM282322710634. The North American Industry Classification System (NAICS) code for this acquisition is 339113, with small business standard size 500 employees. Please identify your business size in your response based upon this standard, CAGE code and DUNS number. The following items are required: CLIN 0001: Description: One (1) Lot, Orthopedic Surgical Instruments W/ Attachments and Accessories (See Below): Eight (8) Zimmer Universal Power System Double Trigger (Item # 89850740000); Four (4) Zimmer Universal System Single Trigger (Item # 89850740010); Four (4) Oscillating Saw (Item # 89850945060); Four (4) Reciprocating Saw (Item # 89850945120); Four (4) Key Drills Attach W/ Key 1000 Rpm (Item # 89850941080); Four (4) Wire Driver 1-4mm Wires (Item # 89850945141); Four (4) Small AO Drill Coupling Attachment (Item # 89850941020); Four (4) Zimmer/Hudson Reamer Attachment 250 Rpm (Item # 89850942580); Two (2) Compact Battery Charger (Item # 89851042100); Twelve (12) Aseptic Transfer Kit Housing (Item # 89851044010); Eight (8) Batteries for ATK (Item # 89851044020); Eight (8) Aseptic Transfer Kit Funnel (Item # 89851044030); Four (4) Universal Sterilization Case W/ Lift out Tray (Item # 89851045946); Four (4) Full Din Case Lid (Item # 00590009900) One (1) Shipping, if applicable. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular (FAC) 2005-61, Defense Acquisition Circular (20120906) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2012-0330. All FAR clauses may be viewed in full text at http://farsite.hill.af.mil. The listed FAR clauses apply to this solicitation and are incorporated by reference. FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; FAR 52.203-16, Preventing Personal Conflicts of Interest; FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-99, System for Award Management Registration (DEVIATION); FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items: Request for Quotation (RFQ) shall be submitted and contain the following information: RFQ number; time specified for receipt of offers; name, address; telephone number of offeror; email address of offeror; any discount terms and acknowledgement of all solicitation amendments (if applicable), warranty, delivery schedule. The signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. FAR 52.212-2, Evaluation -Commercial Items: Evaluation will be based on the following factors: price and technical capability of item offered to meet the government's needs (Note: Quotes lacking ALL items will be deemed technically insufficient); FAR 52.212-3, Offerors Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Mar 2012) (DEVIATION); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: 52.233-3, Protest After Award; 52.233-3, Applicable Law for Breach of Contract Claim; 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 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; 52.222-35, 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; 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1 -- Buy American Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-2, Service of Protest; FAR 52.247-29, F.O.B. Origin or FAR 52.247-34, F.O.B Destination; FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); FAR 52.252-6 -- Authorized Deviations in Clauses; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: FAR 52.203-3, Gratuities; DFARS 252.225-7001- Buy American Act and Balance of Payments Program; DFARS 252.225-7012 Preference for Certain Domestic Commodities; DFARS 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.246-7000 Material Inspection and Receiving Report; AFFARS 5352.201-9101 Ombudsman The vendor agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quote. Quotes or modification of quotes, received at the address specified for the receipt of offers after the exact time specified WILL NOT be considered. Vendors must be registered in System for Award management (www.sam.gov) before award can be made. All responses must be received no later than 2:00 P.M. Central Standard Time on 17 October 2012. Vendors shall submit packages to Brian Chisholm via email at brian.chisholm@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/FM282322710634/listing.html)
 
Place of Performance
Address: Eglin AFB Medical Treatment Facility, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02907501-W 20121005/121003234409-6a4e8723e4b5df300a2c98d12d213456 (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.