Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2012 FBO #3989
SOLICITATION NOTICE

65 -- Acumed Clavicle Fixation System Set

Notice Date
10/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FM282322710552
 
Archive Date
11/30/2012
 
Point of Contact
Micheal K. Pearson, Phone: 8508820239
 
E-Mail Address
micheal.pearson@eglin.af.mil
(micheal.pearson@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The AFTC Installation Contracting Division/PZIOBC, Eglin AFB FL, intends to solicit and award a firm-fixed price contract for Acumed Clavicle System Set as listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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 FM282322710552. The North American Industry Classification System (NAICS) code for this acquisition is 339113 with a size standard of 500 EMP. Please identify your business size in your response based upon this standard. The requirement consists of the following items: (BRAND NAME ONLY) CLIN 0001 - Acumed Clavicle Fixation System Set The 96th MGC currently own an outdated Acumed Clavicle set and by procuring/ upgrading our current set to the new much more efficient pre contoured anatomical plate design set, it will enable them to quickly tend to patients. Our surgeons are very familiar with Acumed Clavicle Fixation System and it would take further training, time and funds to learn and use a different system. The solicitation document and incorporated provisions and clauses 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 viewed in full text at http://farsite.hill.af.mil. The listed FAR clauses apply to this solicitation and are incorporated by reference. • 52.204-99, System for Award Management Registration (DEVIATION); • 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; • 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); • 52.212-3, Offerors Representation and Certifications-Commerical Items; • 52.212-4, Contract Terms and Conditions-Commerical Items; • 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2012) (DEVIATION); • 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commerical Items, incorporating the following: o 52.233-3, Protest After Award o 52.233-3, Applicable Law for Breach of Contract Claim o 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate 1; o 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; o 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; o 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; o 52.219-28 - Post-Award Small Business Program Representation; o 52.222-3, Convict Labor; o 52.222-19 Child Labor - Cooperation with Authorities and Remedies; o 52.222-21, Prohibition of Segregated Facilities; o 52.222-26, Equal Opportunity; o 52.222-36, Affirmative Action for Workers With Disabilities; o 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; o 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; o 52.225-1 -- Buy American Act; o 52.225-13, Restrictions on Certain Foreign Purchases; o 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-2, Service of Protest; 52.247-29, F.O.B. Origin or 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.252-6, Authorized Deviations in Clauses; 252.204-7003, Control of Government Personnel Work Product; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquistions of Commerical Items, incorporating the following: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.246-7000, Material Inspection and Receiving Report; 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 after the exact date and 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 12:00 P.M., Central Standard Time on 31 October 2012. Vendors shall submit quotes to Micheal Pearson via email at micheal.pearson@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e02377081565857dd3441231f8ce562e)
 
Place of Performance
Address: 308 West D Ave Bldg 260, Ste 130, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02918691-W 20121026/121024234254-e02377081565857dd3441231f8ce562e (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.