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 -- Orthopedic Implants and Consumables

Notice Date
8/28/2010
 
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
N6264510T0197
 
Response Due
9/10/2010
 
Archive Date
9/25/2010
 
Point of Contact
Brian Miller 301/ 619-1086
 
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. The Naval Medical Logistics Command (NMLC), Fort Detrick, MD, seeks to award a sufficient number of Firm Fixed Price (FFP) Blanket Purchase Agreements (BPAs) on behalf of Naval Medical Center “ San Diego, CA (NMCSD). These BPAs are for orthopedic implants and consumables to treat patients with orthopedic injuries that include but are not limited to ACL, PCL, meniscus, rotator cuff and labrum tears. The specific implants and consumables to be used in a case are based on the patient ™s diagnosis and unique biology as determined by trained orthopedic surgeons to provide the best quality clinical outcome. All orthopedic implants and consumables must be FDA approved. The materials sought will be delivered to NMCSD from 25 September 2010 “ 24 September 2013. All calls placed against the BPAs as a result of this solicitation shall not exceed $11,500,000.00 This announcement constitutes solicitation number N62645-10-T-0197 by NMLC. Offers must be submitted in writing (oral offers will not be accepted). The solicitation document and incorporated Provisions and Clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). The North American Industry Classification System (NAICS) code is 339112. The following Provisions and Clauses are incorporated and shall remain in full force in any resulting Blanket Purchase Agreement: FAR Part 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation of Commercial Items, 52.212-3 Offeror Representations and Certification-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (specifically the following clauses cited in FAR 52.212-5 are applicable to this solicitation); FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 222.21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration and FAR 52.247-34 F.O.B. Destination. DFARS 252.204-7004 Required Central Contractor Registration, and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (specifically the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation); DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7014 Preference for Certain Domestic Commodities, and DFARS 252.243-7002 Requests for Equitable Adjustment. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.deskbook.osd.mil. Defense Federal Acquisition Regulations Supplemental www.dtic.mil/dfars. The BPA will contain the following CLINs: CLINDESCRIPTIONPERIOD OF PERFORMANCE 0001Base Year- Orthopedic Implants and Consumables25 SEP 10-24 SEP 11 0002Option Year 1-Orthopedic Implants and Consumables25 SEP 11-24 SEP 12 0003Option Year 2-Orthopedic Implants and Consumables25 SEP 12-24 SEP 13 DELIVERY: These items will be delivered FOB Destination to NMCSD. EVALUATION CRITERIA: Past Performance. Contractors shall provide documentation detailing orders placed for orthopedic implants or consumables within the last year totaling in excess of $100,000.00 to indicate previous performance with NMCSD or any DoD Medical Treatment Facilities. Any offerors who do not meet this requirement will not be evaluated. FDA Approval. All orthopedic implants and consumables must be FDA approved; non-FDA approved supplies cannot be supported by NMCSD due to the elevated risks to patients if untested supplies are used to treat patient injuries. Price. Contractors shall submit an orthopedic implant and consumables catalog along with a published price list. Contractors are encouraged to provide a blanket discount off their published price list (expressed as a percentage). Past Performance and FDA Approval are more important than price. One (1) BPA will be awarded for each product line. Therefore, manufacturers, distributors and re-sellers are encouraged to provide their best blanket discount off their published price list. Responses should be emailed to brian.miller4@med.navy.mil no later than Friday, September 10, 2010 by 5:00 PM (Eastern Standard Time). Submission should be emailed as either a pdf or MS office attachment. Submissions should also include company ™s name, point of contact, address, phone number, fax number, DUNS Number, CAGE Code, and Solicitation Number (N62645-10-T-0197).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264510T0197/listing.html)
 
Record
SN02259482-W 20100830/100828233500-b88f52a2dbc82e0999f5b26374ea3071 (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.