Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2009 FBO #2931
SOLICITATION NOTICE

65 -- BLOOD PLATELETS AND STEM CELL SPEARATION EQUIPMENT AND SUPPLIES

Notice Date
12/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-10-T-0009
 
Response Due
12/11/2009
 
Archive Date
2/9/2010
 
Point of Contact
jroeck, 210-221-4648
 
E-Mail Address
Great Plains Regional Contracting Ofc
(john.roeck@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. Combined Synopsis/Solicitation W81K00-10-T-0009 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This acquisition is solicited for small business set-aside under NAICS 339112. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation is for blood platelets and stem cell separation equipment and supplies for Darnall Army Community Hospital, Fort Hood TX. Required delivery FOB Destination, base year and 4 option years for period 1 January 2010 through 30 September 2014. Line item 0001: Magllen-MAG100, SmartPrep2-SMP@-115 equipment, Skylark Medical or equal, 1 each Line item 0002: Platelet Gel, #SMI-PRPS, Skylark Medical or equal, 100 each Line item 0003: Plasma plus, #SMI-PLUS, Skylark Medical or equal, 68 each Line item 0004: Laparoscopic tip, #SMI-LAPT, Skylark Medical or equal, 100 each Line item 0005: Bone marrow concentrate w/supply including ratio applicator, #SMI-BMAS, Skylark Medical or equal, 100 each Salient characteristics of line item 0001: "Unit must meet the following salient characteristics: oPlatelet derived growth factor (PDGF) initiate connective tissue healing including bone regeneration and repair. PDGF increase mitogenesis, angiogenesis, and macrophage activation. oTransforming growth factor to increase chemotaxis and mitogenesis of osteoblast precursors and stimulate osteoblast deposition of collagen matrix of would healing and bone regeneration. oEpidermal growth factor (EGF) promote epithelial development and angiogenesis. oVascular endothelial growth factor (VEGF) for potent angiogenic, mitogenic, and vascular permeability enhancing activities specific for endothelial cells. "Unit must deliver the aspiration of bone marrow, autologous blood, plasma or other fluids. The system must deliver allograft, autograft or synthetic bone graft to the surgical site. Additionally, the system must facilitate pre-mixing of bone graft materials with the aspirate. Items 0002-0005 are brand name or equal disposables to be used on awarded unit. The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-4 [Contract Terms and Conditions Commercial Items] Addendum 52.212-4; (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.203-6 [Restrictions on subcontractor sales to the Government]; 52.211-6 [Brand Name or Equal]; 52.219-1 [Small Business Program Representations]; 52.219-6 [Notice of total small business set-aside]; 52.219-14 [Limitations on subcontracting]; 52.219-28 [Post-award small business program representation]; 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 ero, and other eligible veterans]; 52.222-36 [Affirmative action for workers with disabilities]; 52.222-50 [Combating trafficking in persons]; 52.223-3 [Hazardous material identification and material safety data]; 52.225-13 [Restrictions on certain foreign purchases]; 52.232-17 [Interest]; 52.232-23 [Assignment of claims]; 52.233-3 [Protest after award]; 52.233-4 [Applicable law for breach of contract claim]; 52.237-2 [Protection of Government Buildings; Equipment, and Vegetation]; 52.242-13 [Bankruptcy]; 252.203-7000 [Requirements relating to compensation of former DOD officials]; 252.203-7002 [Requirement to inform employees of whistleblower rights]; 252.204-7000 [Disclosure of information]; 252.212-7000 [Offeror Representations and Certifications-Commercial Items]; 252.232-7003 [Electronic submission of payment requests and receiving reports]; End Addendum 52.212-4 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items](Deviation) 52.212-1 [Instructions to Offerors]; Addendum 52.212-1: Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. FAR provisions and clauses can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. The closing date and time of this solicitation is 11 December 2009, 10:00 a.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: John Roeck, 3851 Roger Brooke Drive, bldg 1103, Fort Sam Houston TX 78234-6200; fax: (210) 221-5359. Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: John Roeck, 210-221-4648; e-mail: john.roeck@us.army.mil. End of Addendum to 52.212-1 The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: Addendum to 52.212-2 a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the items offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. 4. Award will be all or none. End Addendum 52.212-2 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 252.212-7000 [Offeror Representations and Certifications-Commercial Items] (end)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-10-T-0009/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN02014454-W 20091203/091202000541-929db418bea42d089dc0813da195a579 (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.