SOLICITATION NOTICE
65 -- Spinal Cord Stimulator
- Notice Date
- 11/28/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N0025917Q0042
- Archive Date
- 12/27/2016
- Point of Contact
- John E. Freeman, Phone: 6195328098
- E-Mail Address
-
john.e.freeman14.civ@mail.mil
(john.e.freeman14.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial supplies prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial service as described in the schedule below. The proposed contract action is for a Spinal Cord Stimulator. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N0025917Q0042 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-91. It is the contractor's responsibility to be familiar with the applicable clauses and provisions referenced herein. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The North American Industry Classification System (NAICS) Code for this acquisition is 339112. DELIVERY ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Dr, San Diego, CA 92134-5000. The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose conforming response is determined to provide the best value to the Government, price and non-price factors considered. The following factors shall be used to evaluate offers. FACTOR 1: Technical Capability: The Spinal Cord Stimulator must be MRI compatible and provide precise localization of stimulation through independent lead control electrodes to precisely target area of pain. FACTOR 2: Delivery Schedule: Delivery date is on or before 16 December 2016 FACTOR 3: Price: the government shall conduct a price evaluation of all technically acceptable offers. Technical capability and delivery requirements, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov. Electronic submission of Quotes: Quotations shall be submitted electronically by email to john.e.freeman14.civ@mail.mil, Attention: John Freeman. Email submissions are limited to 20MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 13 Dec 2016, 8:00 AM, Pacific Time to be considered. CLIN 0001, Montage IPG, 1 each Unit Price: $____________ Total CLIN Price: $____________ CLIN 0002, Avista MRI Leads, 2 each Unit Price: $___________ Total CLIN Price: $____________ CLIN 0003, Charger, 1 each Unit Price: $____________ Total CLIN Price: $____________ CLIN 0004, Freelink Patient Remote SC-6412, 1 each Unit Price: $____________ Total CLIN Price: $____________ CLIN 0005, OR Cable, 1 each Unit Price: $____________ Total CLIN Price: $____________ CLIN 0006, MRI Safe CLIK Anchors, 1 each Unit Price: $____________ Total CLIN Price: $____________ This solicitation incorporates the following FAR and DFARS Clauses/Provisions by reference: 52.204-7 Central Contractor Registration (Jul 2013) 52.204-13 Central Contractor Registration - Maintenance (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016 52.204-17 Ownership or Control of Offeror (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law (Feb 2016) 52.212-1 Instruction to Offerors-Commercial Items (Oct 2015) 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2016) 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Mar 2016) 52.225-25 Prohibition on contracting with Entities Engaging in Certain Activities or Transaction Relating to Iran-Representation and Certifications (Oct 2015) 52.232-18 Availability of Funds (Apr 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) 52.233-3 Protest after Award (Aug 1996) 52.233-4 Applicable Law For Breach of Contract Claim (Oct 2004) 52.243-1 Changes-Fixed Prices (Aug 1987) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representations Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7012 (Dev) Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.225-7000 Buy American--Balance of Payments Program Certificate (Nov 2014) 252.225-7001 Buy American and Balance of Payment Program (Dec 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7036 Buy American-Free Trade Agreement-Balance of Payments Program Basic (Aug 2016) 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.246-7008 Sources of Electronic Funds (Aug 2016) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) ********** This solicitation incorporates the following FAR and DFARS Clauses/Provisions in Full Text: 52.212-2, Evaluation - Commercial Items (Oct 2014), (evaluation factors shown above) (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: FACTOR 1: Technical Capability: The Spinal Cord Stimulator must be MRI compatible and provide precise localization of stimulation through independent lead control electrodes to precisely target area of pain. FACTOR 2: Delivery Schedule: Delivery date is on or before 16 December 2016 FACTOR 3: Price: the government shall conduct a price evaluation of all technically acceptable offers. Technical capability and delivery requirements, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more provisions 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 provision may be accessed electronically at this address: http://farsite.hill.af.mil/ (End of provision) 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): http://farsite.hill.af.mil/ (End of clause) FY16-17 FUNDING AVAILABILITY OF FISCAL YEAR 2017 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2017 APPROPRIATION ACT. THIS ORDER IS ISSUED SUBJECT TO THE 2017 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2016 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. THE CLAUSE 52.232-18 REFERENCED HEREIN APPLIES TO THIS CONTRACT. NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/forfo_protection/rapid_gate.html, and popular links. For more information or to enroll in the NCACS Program, call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (Provides information and instructions for submitting invoices)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0042/listing.html)
- Place of Performance
- Address: 34800 Bob Wilson Dr., San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN04337046-W 20161130/161128234142-5052de6baf3afd47bda036188e0ce0e1 (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 |