SOLICITATION NOTICE
65 -- Centinel Spine - Midline Ti Implants - Midline Ti - Requirements & Terms
- Notice Date
- 11/1/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA860118Q0010
- Archive Date
- 11/18/2017
- Point of Contact
- Dell Grunenberg, Phone: 9375224645
- E-Mail Address
-
dell.grunenberg@us.af.mil
(dell.grunenberg@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Detailed requirements, provisions & clauses. COMBINED SYNOPSIS/SOLICITATION 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. This solicitation is issued as a request for quotation (RFQ), and is expected to result in the award of a firm-fixed-price contract for Centinel Spine's Midline II Ti Implant Set as described under the requirement section of this solicitation and accompanying requirements attachment, if any. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the solicitation. 2. That receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. That submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. Submittal of quotes in response to this solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received and the price fairness and reasonableness of proposals received. The solicitation number for this requirement is FA860118Q0010 and is hereby issued as a Request for Quotes (RFQ) using FAR subpart 12, Acqustion of Commerical Items and FAR Subpart 13, Simplified Acquisition Procedures. NAICS Code: 339113: Surgical Appliance and Supplies Manufacturing Business Size Standard: 750 Employees Small Business Set Aside Type: None; this acquisition is not set aside for small businesses. Acceptable Means of Submission: All submissions must be submitted electronically to the following email address dell.grunenberg@us.af.mil on or before 03 November 2017, 1:00pm EDT. Any correspondence sent via e-mail must contain the subject line " FA860118Q0010, Centinel Spine Midline II Ti Implant Set" The entire proposal must be contained in a single e-mail, unless otherwise approved and that does not exceed 5 megabytes including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 January 2017; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20161222, effective 22 December 2016; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2017-1003, effective 03 Oct 2017. Delivery Schedule: 08 November 2017 Delivery Destination: Medical Materiel Bldg 830 Area A 4881 Sugar Maple Dr. Wright Patterson AFB, OH 45433 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirement: The Wright-Patterson AFB Medical Treatment Facility (MTF) requires the use of a Centinel Spine Midline II Ti Implant Set for a procedure that is scheduled at the MTF on 08 November 2017. This system consists of the following: •· Qty 1: M331108C MIDLINE II Ti 33mm x 11 x 8 degree •· Qty 8: STM6030 STALIF MIDLINE ABO Screw •· Qty 2: STM6030R STALIF MIDLINE ABO Screw Revision The Government also requires a vendor representative to attend the surgery and assist as directed by the performing surgeon, and have in his/her possession any related implants that are reasonably foreseeable for this type of surgery. The items listed above are the only items currently known to be needed for the surgery. The purpose of this requirement order is to furnish the surgeon with all items needed for the procedure. It is possible that other items will be needed during surgery, which are not identified prior to award, in order for the surgeon to complete the procedure in the best manner possible for the patient. These unknown items will be priced in the future, but are also covered in the scope of this purchase order. The anticipated award is Firm-Fixed Price-Best Value. This procurement will not be competed because the aforementioned Midline implants are the only products of their kind that provide the necessary therapies prescribed by the performing surgeon, and on which the surgeon is trained for the type of procedure scheduled. There is only one known source that can provide the required products and the accompanying surgical support during the scheduled surgery. 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. Technical Capability and Price will be used to evaluate all offers. The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Timeframe that the quote is valid 5. Individual item price 6. Total price including shipping (Net 30), No Progress Payments 7. Shipping (FOB Destination) 8. Delivery Schedule 9. Completed copy of FAR 52.212-3 Alternate I (attached) 10. Completed copy of FAR 52.222-22 and FAR 52.222-25 (attached) 11. Completed copy of FAR 52.209-11 (attached) Important Notice to Contractors: Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipts and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA860118Q0010/listing.html)
- Record
- SN04728515-W 20171103/171101230824-4b74e63a76ba0f2bcd54da7e8e74ae16 (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 |