Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2010 FBO #3201
SOLICITATION NOTICE

65 -- Microsurgical Operating Systems

Notice Date
8/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ10T0093
 
Response Due
9/2/2010
 
Archive Date
11/1/2010
 
Point of Contact
Naomi R Mariani, 910-907-6958
 
E-Mail Address
Medcom Contracting Center North Atlantic
(naomi.ruth.mariani@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. 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. The solicitation number is W91YTZ-10-T-0093. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. The North American Industry Classification System Code (NAICS) for this procurement is 339112. Womack Army Medical Center has a requirement for the following. Microsurgical Operating System FOB: Destination Item NOQtySupply/Item #NET AMT CLIN 00012 each Core Impaction Drill, 5400-300-000 CLIN 00022 eachImpaction Bur Guard, 2296-301-000 CLIN 00032 each Impaction Shield, 2296-302-000 CLIN 00042 eachRemB Micro Drill, 6400-015-000 CLIN 00052 each RemB Oscillating Saw, 6400-031-000 CLIN 00062 each RemB Sagital Saw, 6400-034-000 CLIN 0007 2 eachRemB Reciprocating Saw, 6400-037-000 Delivery Information: Delivery Date: 10 days from Receipt of Award Please include shipping and handling cost if applicable. The Government anticipates awarding an all or nothing single award for this requirement. This requirement is for Two Microsurgical Operating systems. No exceptions or compatibles will be accepted. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition. FAR 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offers submitted shall include: (1) proposed prices (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52.212-3. Offer Representations and Certifications-Commercial items, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements will be determined unacceptable. Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. Offeror without technical or insufficient technical information to show that their offer meets the requirement shall not be evaluated for award. Neutral Risk No relevant past performance Information. PRICE: Price will be evaluated separately from past performance and will be evaluated for fairness and reasonability. Offeror shall provide their published price list with their offer. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar Far 52.21-4, 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; FAR 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registry; FAR 52.225-1, Buy American Act- Supplies; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); DFAR Clause 252.232-7003, Electronic Submission of Payment Request (Jan 2004): DFAR Clause 252.204-7007 alt A, Required Central Contractor Registration Alternate A (Nov 2003), Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes to Naomi Mariani at naomi.ruth.mariani@us.army.mil by the 2nd of August, 2010 4 PM EST. No Telephone Calls Will Be Responded To. Place of Performance Womack Army Medical Center 2817 Reilly Road Fort Bragg, NC 28310 Point of Contact: Naomi Mariani Naomi.ruth.mariani@us.army.mil 910-907-6958
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ10T0093/listing.html)
 
Place of Performance
Address: North Atlantic Regional Contracting Office 2817 Reilly Road Fort Bragg NC
Zip Code: 28310
 
Record
SN02259349-W 20100830/100828233400-7d73dc2c7e99a449de70341688fb13ea (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.