Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

Q -- Intra-operative neuro-physiological monitoring (INM) services. INM services provide a physician or other certified professional to interpret neural data created during patient surgery.

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus 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
W81K0010R0017
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Elisa M. Mendez, 210-221-4868
 
E-Mail Address
Great Plains Regional Contracting Ofc
(elisa.m.mendez@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 no. W81K00-10-R-0017 is issued as a request for quotation (RFQ), subject to the availability of fiscal year (FY) 2011 funds. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. This acquisition is solicited on a 100% Small Business set - aside basis for NAICS 334510. All responsible sources may submit a quotation shall be considered by the agency. The requirement of this RFQ is for intra-operative neuro-physiological monitoring (INM) services at Darnall Army Community Hospital at Fort Hood, Texas. INM services provide a physician or other certified professional to interpret neural data created during patient surgery. If there are unexpected changes in this data, critical judgments are required immediately to prevent permanent neural damage to the patient. Period of Performance: 01 October 2010 30 September 2011, plus four option years. Place of Performance: Darnall Army Community Hospital at Fort Hood, Texas FOB Point: Destination Line item 0001: ADMINISTRATIVE CLIN Product/Part no: N/A Quantity: Base + four option years Required Delivery: 01 Oct 2010 30 Sept 2011, plus four option years. Line item 0001AA: Intraoperative Neurophysiological Monitoring Services Product/Part no: Quantities are estimated; Basic fee for preoperative testing, postoperative testing, and operating room monitoring for up to 7 hours of room time by a technical monitor qualified neurophysiological monitoring technologist) Quantity: 30 Each Required Delivery: as needed. Unit Price: $____________________ Base:01 Oct 2010 30 Sept 2011 Unit Price: $____________________ Option 1: 01 Oct 2011 30 Sept 2012 Unit Price: $____________________ Option 2: 01 Oct 2012 30 Sept 2013 Unit Price: $____________________ Option 3: 01 Oct 2013 30 Sept 2014 Unit Price: $____________________ Option 4: 01 Oct 2014 01 Sept 2015 Line item 0001AB: Set Up Fee Product/Part no: One-daily set up fee Quantity: 30 Required Delivery: as needed. Unit Price: $____________________ Base:01 Oct 2010 30 Sept 2011 Unit Price: $____________________ Option 1: 01 Oct 2011 30 Sept 2012 Unit Price: $____________________ Option 2: 01 Oct 2012 30 Sept 2013 Unit Price: $____________________ Option 3: 01 Oct 2013 30 Sept 2014 Unit Price: $____________________ Option 4: 01 Oct 2014 01 Sept 2015 Line item 0001AC: Charges over the 7 hour limit Product/Part no: Amount charged for each additional hour of surgery that exceeds the initial 7 hours. Quantity: 2 Required Delivery: as needed. Hourly Rate: $____________________ Base: 01 Oct 2010 30 Sept 2011 Hourly Rate: $____________________ Option 1: 01 Oct 2011 30 Sept 2012 Hourly Rate: $____________________ Option 2: 01 Oct 2012 30 Sept 2013 Hourly Rate: $____________________ Option 3: 01 Oct 2013 30 Sept 2014 Hourly Rate: $____________________ Option 4: 01 Oct 2014 01 Sept 2015 Line item 0001AD: Late Scheduling Fee Product/Part no: Amount charged for surgeries scheduled after 2:00pm CST the previous day Quantity: 2 Required Delivery: as needed. Unit Price: $____________________ Base: 01 Oct 2010 30 Sept 2011 Unit Price: $____________________ Option 1: 01 Oct 2011 30 Sept 2012 Unit Price: $____________________ Option 2: 01 Oct 2012 30 Sept 2013 Unit Price: $____________________ Option 3: 01 Oct 2013 30 Sept 2014 Unit Price: $____________________ Option 4: 01 Oct 2014 01 Sept 2015 Line item 0001AE: Late Cancellation Fee Product/Part no: Services cancelled within 24 hours of the boarded surgery time. If technical monitoring services are cancelled after 5:00pm EST of the day preceding the surgery and before the boarded surgery time. Quantity: 2 Required Delivery: as needed. Unit Price: $____________________ Base: 01 Oct 2010 30 Sept 2011 Unit Price: $____________________ Option 1: 01 Oct 2011 30 Sept 2012 Unit Price: $____________________ Option 2: 01 Oct 2012 30 Sept 2013 Unit Price: $____________________ Option 3: 01 Oct 2013 30 Sept 2014 Unit Price: $____________________ Option 4: 01 Oct 2014 01 Sept 2015 Line item 0001AF: Late Cancellation Fee Product/Part no: For surgeries cancelled after the boarded time. Quantity: 1 Required Delivery: as needed. Unit Price: $____________________ Base: 01 Oct 2010 30 Sept 2011 Unit Price: $____________________ Option 1: 01 Oct 2011 30 Sept 2012 Unit Price: $____________________ Option 2: 01 Oct 2012 30 Sept 2013 Unit Price: $____________________ Option 3: 01 Oct 2013 30 Sept 2014 Unit Price: $____________________ Option 4: 01 Oct 2014 01 Sept 2015 Line item 0001AG: Standby Fee Product/Part no: Waiting time before surgeries that begin more than one (1) hour after the boarded start time. Quantity: 2 Required Delivery: as needed. Unit Price: $____________________ Base: 01 Oct 2010 30 Sept 2011 Unit Price: $____________________ Option 1: 01 Oct 2011 30 Sept 2012 Unit Price: $____________________ Option 2: 01 Oct 2012 30 Sept 2013 Unit Price: $____________________ Option 3: 01 Oct 2013 30 Sept 2014 Unit Price: $____________________ Option 4: 01 Oct 2014 01 Sept 2015 Salients for Order No. 8010002: NeuroVision Screw Test Module with Pedicle Probe/Includes: Neurovision EMG Harness Kit, 25Recording surface electrodes, 5 Reference surface electrodes and 1 JJB Sterile Pedicle Probe. Contractor shall provide the following system, Neurovision or Equal, for use during surgical cases. Salients for Category No. 2011000 Neuro Vision JJB System to consist of: 2011002 NV JJB Control Unit, 2011003 NV JJB Patient Module, 2011010 NV JJB Screw Test Handpiece, 2011050 NV JJB Screw Test Handpiece Nut, 2011051 NV JJB InStim K-Wire Insulator Adapter, 2011009 NV JJB Surgical Accessory Cable and 2011008 NV JJB Handpiece Sterilization Case 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 solicitation either by reference or in full text. If incorporated by reference, the locations where full text can be obtained are: http://farsite.hill.af.mil/vffar1.htm http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.203-3 [Gratuities] 52.203-6 [Restrictions on Subcontractor Sales to the Government] 52.203-12 [Limitation on Payments to Influence Certain Federal Transactions] 52.204-4 [Printed or Copied Double-Sided on Recycled Paper] 52.204-9 [Personal Identity Verification of Contractor Personnel] 52.204-10 [Reporting Executive Compensation and First-Tier Subcontract Awards] 52.209-6 [Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment] 52.212-3 [Offeror Representations and Certifications -- Commercial Items] 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns] 52.219-7[Notice of Partial Small Business Set-Aside] 52.219-8 [Utilization of Small Business Concerns] 52.219-14 [Limitations on Subcontracting Plan] 52.219-28 [Post Award Small Business Program Representation] 52.222-3 [Convict Labor] 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 Era, and Other Eligible Veterans] 52.222-36 [Affirmative Action for Workers with Disabilities] 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans] 52.222-41 [Service Contract Act of 1965] 52.222-43 [Fair Labor Standards Act and Service Contract Act Price Adjustment] 52.222-50 [Combating Trafficking in Persons] 52.222-54 [Employment Eligibility Verification] 52.225-13 [Restrictions on Certain Foreign Purchases] 52.232-17 [Interest] 52.232-18 [Availability of Funds] 52.232-33[Payment by Electronic Funds Transfer] 52.232-36 [Payment by Third Party] 52.233-3 [Protest After Award] 52.233-4 [Applicable Law for Breach of Contract Claim] 52.242-13 [Bankruptcy] 52.252-1 [Solicitation Provisions Incorporated By Reference] 52.252-2 [Clauses Incorporated by Reference] 52.252-6 [Authorized Deviations in Clauses] 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] 252.204-7003 [Control of Government Personnel Work Product] 252.209-7004 [Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country] 252.216-7003 [Economic Price Adjustment Wage Rates or Material Prices Controlled By a Foreign Government] 252.232-7003[Electronic Submission of Payment Requests and Receiving Reports] 252.232-7010 [Levies on Contract Payments] 252.247-7023 [Transportation of Supplies by Sea] 52.217-8 [Option to Extend Services] The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days 52.217-9 [Option to Extend the Term of the Contract] (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. End of Addendum to 52.212-4 52.212-5 [Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items (DEVIATION)] 52.212-1 [Instructions to Offerors] Addendum to 52.212-1 (m) The Government will award a single contract, resulting from this solicitation, to the responsible offeror whose offer, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: Technical Capability and Price. 1. Technical Capability a)Explain how your company will meet the requirement of para 1.4. b)If providing product for para 1.6, 1.6.1, and 1.6.2, comply with 52.211-6, brand name or equal. 2. Price 3. Offerors must submit their proposals to the following address Southern Regional Contracting Office MCAA-GP BAMC ATTN: ELISA M. MENDEZ 3851 Roger Brooke Drive, Bldg 3600 Fort Sam Houston Texas 78234-6200 Offerors MUST submit proposals on time to the mailing address above or via email to: elisa.m.mendez@us.army.mil (n) 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: https://www.bpn.gov/ccr/. Confirmation of CCR registration will be validated prior issuance of an order. (o) Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. (p) The closing date and time of this solicitation is 07 Sept 2010, 4:00 p.m. CST. It is requested that quotations be submitting on company letterhead signed by an authorized company representative by the closing date and time. Quotes can be submitted by entering unit prices into this solicitations line items herein, attached to a cover containing company name, address, contact name and title, phone number and/or email address. Please include a DUNS and/or CAGE code. Quotes may be submitted via mail or e-mail. (q) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, the locations where full text can be obtained at: http://farsite.hill.af.mil/vffar1.htm http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html End of Addendum to 52.212-1 52.212-2 [Evaluation Commercial Items] Addendum to 52.212-2 Paragraph (a) is hereby replaced with the following: (a) The Government will award a single-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.) (b) Evaluation Process: All quotes will be evaluated on overall Technical Acceptability. The award decision will be based on the Lowest Priced Technically Acceptable Quote. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (d) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. End Addendum to 52.212-2 (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0010R0017/listing.html)
 
Place of Performance
Address: Carl R. Darnall Army Medical Center 36000 Darnall Loop Fort Hood TX
Zip Code: 76544
 
Record
SN02261519-W 20100902/100831235244-0010c414aae0f6c01c6c391eeb1bd9db (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.