Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2012 FBO #4030
SOLICITATION NOTICE

65 -- Total Knee Arthroplasty

Notice Date
12/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
LOGAN-FM442723330697
 
Archive Date
12/11/2012
 
Point of Contact
James B. Logan, Phone: 7074247793, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
james.logan.10@us.af.mil, josephine.cobb@us.af.mil
(james.logan.10@us.af.mil, josephine.cobb@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 LOGAN-FM442723330697; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-62 effective 20 November 2012; Defense DPN 20121116 effective 16 November 2012, and AFAC 2012-1107 effective 7 November 2012. This acquisition is a sole source; The North American Industry Classification System (NAICS) code is 339112 the business size standard is 500 employees. The Federal Supply Class (FSC) is 6515. The Standard Industrial Classification (SIC) is 3841. Travis AFB has an unrestricted requirement for the following addressed under CLIN 0001-AA Delivery Date - 7 December 2012; FOB Destination CLIN 0001-AA : This requirement is for total knee arthroplasty instruments and implants to include a patient specific distal femoral cutting guide and/or computer navigation. (1 set) a contractor's representative shall be available 10 December 2012 to provide instruction and assistance with the implantation during the procedure. The representative must be up to date and attached to David Grant Medical Center through RepTrax system. The required instruments/implants for the left total knee arthroplasty surgery must be delivered 72 hours prior to the surgical procedure taking place on 10 December 2012. (1 Set) Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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. The following factors shall be used to evaluate offers(i) Price, (ii) technical acceptability of the product of Item to meet the government requirement in accordance with the above CLINs. (iii) education/experience level of the contractor representative that will assist with the surgery, (iv) delivery schedule of products no later than 72 hours prior to surgery, (v) breadth and depth of the product line and (vi) the attending doctor's professional determination about the suitability of the product offered in relation to the particular patient. The doctor will consider the outcome for the patient, any unique quality of the product that reduces risk to the patient, any unique quality of the product that reduces pain or suffering for the patient and any unique element that reduces the time required for the time required for the surgery/procedure. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (b)(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] FAR 52.212-4 Contract terms and conditions FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive orders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Please send any questions to james.logan.10@us.af.mil or fax to 707-424-5189. NO LATER THAN 6 December 2012, 12:00 PM, PST and offers NO LATER THAN 7 December 2012, 12:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email james.logan.10@us.af.mil to confirm the quote was received. Point of contact is SrA James Logan, Contract Specialist, telephone 707-424-7793. Alternate POC is Mrs. Josephine Cobb Contracting Officer, telephone 707-424-7720,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/LOGAN-FM442723330697/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02941602-W 20121206/121204234526-a4f4d7f492f69cfcd2a48273c3c2504c (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.