Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOLICITATION NOTICE

65 -- Jackson Spinal Table System

Notice Date
6/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N6264510RCK25
 
Response Due
6/7/2010
 
Archive Date
6/9/2010
 
Point of Contact
Jan Harding 301-619-0177 Tameka Davis 301-619-1677
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N6264510RCKA025. Quotes are due 3:00 P.M. EST on June 7, 2010. Provisions and clauses in effect through Federal Acquisition Circular 2005-24 are incorporated. NAICS 339112. Small Business size standard is 500 employees. The Naval Medical Logistics Command (NMLC) intends to negotiate on a Brand Name Only basis to procure three Jackson Spinal Table, manufactured by Mizuhosi Orthopedic Systems Inc., 30031 Ahern Ave, Union City CA 94587. Brand name only is specified because this table is specifically designed to place patients into various positions allowing orthopedic doctors to surgically repair delicate and traumatic spinal injuries, as well as complex orthopedic injuries caused during wartime. Any vendors who can provide the brand name only equipment are encouraged to submit a quote. The Government contemplates award of a firm fixed price contract. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. EVALUATION FACTORS FOR AWARD: The lowest price technically acceptable offeror for this brand name only requirement will represent best value to the Government. The government anticipates award of a Firm Fixed Price Contract. BUSINESS QUOTE INSTRUCTIONS: Offerors shall price each CLIN and shall submit firm-fixed pricing for all CLINS, otherwise your quote will be determined to be substantially incomplete and not warrant any further consideration. If no separate price for a CLIN this must be stated. Brand name only. No substitutions will be allowed. Shipping shall be FOB Destination. Shipping shall be to Williamsburg VA. Business quotes will be evaluated for Completeness (all CLINS are priced) and Reasonableness (the degree to which the proposed prices compare to prices that are reasonable, prudent person would expect to incur for the same or similar equipment and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract. Include a commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. Each Unit will include all of the following items: (1)P/N: JTSDescription: 1JTSMizuho OSI Jackson Table SystemConsisting of the following components:15803 Advanced Control Retractable Base 15927 Radiolucent Imaging Top - 500 lb Capacity 15943AP Jackson Spinal Top - 500 lb Capacity, with Advance Control Pad System and Modular Table Cart25356 Pivoting Arm Board with Mizuho OSI TempurMed Pad15840-820 Dual Chest Pads, Set15839 A/P Cassette Tray for Jackson & Imaging Top15808PV Jackson Spinal Table Pkit w/Prone View Pillows - 6/cs36977-959 Universal Side Rail Adaptor25888 Retractor Adapter for Jackson Spinal Table Top15321G Wilson PlusT RWF for JTS with ShearGuard Gel110604 Patient Safety Strap, 96" - with OrangeAIDT Gel15878PV RWF for JTS Pkit w/Prone View Pillows - 6/cs15979-1 Cervical Management Base Unit110203 OrangeAIDT Gel Closed Head Ring - Adult169506 pc Tempur-Med OR Pad Set110920 OrangeAIDT Gel, Pt Safety Strap Pad15996-12 ACP Quick Connect Tubing 12 sets46946Tempur-Med Pillow for Sling Qty: 3 All of the above equipment and accessories shall be new from the manufacturer, Mizuho Orthopedic Systems Inc. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. In order to be determined responsible, companies shall be registered in CCR, provide DUNS number, Cage Code, and TIN. Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. FAR clauses 52.202-1, Definitions; 52.211-6 Proposals shall be submitted by email only to Jan Harding at: Jan.Harding@med.navy.mil. Proposals are due by 3:00 p.m. EST on June 7, 2010. All questions shall be addressed to Jan Harding by email only, NLT 4:00 P.M. EST on June 4, 2010. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264510RCK25/listing.html)
 
Place of Performance
Address: 693 Neiman St, Fort Detrick, MD
Zip Code: 21702
 
Record
SN02166731-W 20100604/100602235640-71d28520e01da7c2c8882013c0956c63 (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.