Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

65 -- Steris Sterilizer Parts

Notice Date
9/14/2011
 
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
N62645T045945
 
Response Due
9/28/2011
 
Archive Date
9/28/2011
 
Point of Contact
Jaime Belletto 3016193020
 
E-Mail Address
Naval Medical Logistics Command
(jaime.belletto@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number is N62645-11-T-0459. The solicitation is issued as a Request for Quotes. Provisions and clauses in effect through Federal Acquisition Circular 05-24 are incorporated. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 339112, with a small business size of 500 employees. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a proposal. THIS IS A BRAND NAME ONLY PROCUREMENT. The Naval Medical Logistics Command request responses from qualified sources capable of providing the replacement parts for Steris washers and sterilizers. See the attached spreadsheet. All equipment and accessories shall be new from the manufacturer. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. Delivery: FOB Destination to San Diego, CA Regulatory Requirements: The Steris replacement parts shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. INSTRUCTIONS TO OFFERORS: Contractors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for a thorough evaluation of the proposal. Additionally, the vendor shall fully explain their ability to meet the requirements above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all items are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. EVALUATION FACTORS FOR AWARD: The Government intends to award a contract resulting from this solicitation to the contractor whose quote is the Lowest Price Technically Acceptable (LPTA). Evaluation of price will be based on the offeror ™s total price for all line items as delivered to the specified destination. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the items defined in the excel spreadsheet. 2. Price- All line items in the spreadsheet shall be priced. The offeror ™s initial proposal shall contain the offeror ™s best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: 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; FAR 52.212-3 ALT I, Offeror Representations and Certifications-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. In compliance with said clause, the following FAR clauses apply: 52.204-10, Reporting Executive Compensation and First-tier subcontract awards; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 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 with disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration FAR 52.247-34, F.O.B. Destination; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7021, Trade Agreements; 252.227-7015, Technical Data ”Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7024, Notification of Transportation of Supplies by Sea. DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to:Jaime Belletto. Proposals are due by 28 September 2011 at 12pm EST. Any questions must be addressed to jaime.belletto@med.navy.mil by email only NLT 16 September 2011 at 12pm EST. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645T045945/listing.html)
 
Record
SN02577459-W 20110916/110915001444-0ae4dd508dc91feda659fec8b9918b30 (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.