Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2013 FBO #4067
SOLICITATION NOTICE

65 -- SURGICAL INSTRUMENTS AND SUPPLIES

Notice Date
1/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
N68094 Naval Hospital Camp Pendleton P.O. Box 555191 Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
N6809413T0008
 
Response Due
1/18/2013
 
Archive Date
2/2/2013
 
Point of Contact
Steven Kjaerbye 760-725-1597 Tim Daniels, 760-725-1425, timothy.daniels@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Notice of Intent Sole Source Solicitation Number: N68094-13-T-0008 Purchase Description: SURGICAL INSTRUMENTS AND SUPPLIES Contractor: BOSTON SCIENTIFIC CORPORATION/MEDI-TECH DIVISION This is a Combined Synopsis/Solicitation Notice of Intent for the Sole Source of a commercial item prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes to this contract action of our intent to sole source this procurement are being requested, further written solicitation will not be issued. The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, reference solicitation number N68094-13-T-0008, as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 339112, Surgical and Medical Instrument Manufacturing , with a small business standard of 500 employees . The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-64 effective December 21, 2012 and Defense Federal Acquisition Regulation Supplement DPN 20121231 effective December 13, 2012. The Government intends to award a Firm Fixed-Price Commercial Purchase Order as a Sole Source Procurement to contractor BOSTON SCIENTIFIC CORPORATION/MEDI-TECH DIVISION, NATICK, MA, USA in accordance with FAR 13.106-1(b) due to the urgency and only one source being reasonably available. The Contracting Officer determination for Other than Full and Open Competition is attached. DESCRIPTION: Describe ALL items below or attach an item list to include a description of item, quantities, and unit of issue. CLIN 0001 - CLIN 0006: item list attached Delivery Date: 23 January 2013 FOB DESTINATION Place of Delivery: NAVAL HOSPITAL CAMP PENDLETON ALFONZIA EDGE RECEIVING BLDG H-135 CAMP PENDLETON, CA 92055-5191 TEL: 760-725-1251 Responses/quotes MUST be received no later than January 18, 2013; 12:15 PM (Pacific Daylight Time). Forward responses by e-mail to timothy.daniels@med.navy.mil or fax to 760 725-1485. Due to technical issues, please allow additional time if you re using electronic means. Responses/quotes received under this solicitation will not be used to determine an alternate awardee other than the proposed sole source contractor, responses/quotes will only be used by the Contracting Officer to determine whether to proceed with the proposed sole source procurement. THIS PROCURMENT WOULD BE POSTED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEB-SITE AS AN UNRESTRICTED BUY. Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/ APPLICABLE FAR CLAUSES: (1)FAR 52.212-1 (Instructions to Offerors Commercial Items) (FEB2012): (2)FAR 52.212-2: Evaluation - Commercial Items (JAN1999): Award will be made to the offeror who is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) and whose offer is most advantageous to the Government. Evaluation of offers will be made in accordance with FAR Part 12.602, Streamlined Evaluation of Offers, using the following three (3) factors: (1) Technical Capability: Meets Brand Name specifications in accordance with Description of supplies. (2) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (3) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Past Performance Evaluation Ratings RatingDescription AcceptableBased on the offeror s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror s performance record is unknown. UnacceptableBased on the offeror s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Technical and past performance, when combined, are approximately equal to cost or price. 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. (3)Offers/Quotes must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications Commercial Items) (DEC2012) or indication that offeror representations and certifications are in System for Award Management (SAM). (4) FAR 52.212-4 (Contract Terms and Conditions Commercial Items) (FEB2012) (5) 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (DEVIATION) (NOV2012) OTHER CLAUSES, TERMS, AND CONDITIONS: INVOICING INSTRUCTIONS - MANDATORY: SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-877-251-WAWF (9293). (2) WAWF Vendor Quick Reference Guides are located at the following web site: http://acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview/vendor_information) (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. (b) The following information, regarding invoice routing DODAAC s, must be entered for completion of the invoice in WAWF: (c) Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST still provide a copy of the invoice and any applicable documentation that supports payment to the Acceptor/Contracting Officer's Representative (COR) if applicable. Additionally, a copy of the invoice(s) and attachment(s) at time of submission in WAWF must also be provided to each point of contact identified in section (d) of this clause by email. If the invoice and/or receiving report are delivered in the email as an attachment it must be provided as a.PDF, Microsoft Office product or other mutually agreed upon form between the Contracting Officer and vendor. Routing Table WAWF Invoice TypeCOMBO Contract Number N/A Delivery Order NumberN/A Issuing Office DODAACN68094 Admin Office DODAACN68094 Inspector DODAAC (usually only used when Inspector & Acceptor are different people)N/A Ship To DoDAAC (for Combo), Service Acceptor DODAAC (for 2 in 1),Service Approver DODAAC (Cost Voucher)N68094 Acceptance At OtherN68094 Local Processing Office (Certifier)N68094 DCAA Office DODAAC (Used on Cost Voucher s only)N/A Paying Office DODAACHQ0248 Acceptor/COR Email AddressN/A (d) For each invoice / cost voucher submitted for payment, the contractor shall include the following email addresses for the WAWF automated invoice notification to the following points of contact: NameEmailPhoneRole Alfonzia Edgealfonzia.edge@med.navy.mil 760-725-1393WAWF Acceptor Tim Danielstimothy.daniels@med.navy.mil 760-763-1425Contract Specialist ALLEN L. POWERS Contracting Officer ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00013Each SPINE IMPLANT LINEAR ST 50CM LEAD SC-2218-50 FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00022Each SPINE IMPLANT - IMPLANT PULSE GENERATOR SC-1110-02 FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00031Each SPINE IMPLANT - OR CABLE SC-4100A FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00042Each SPINE IMPLANT - CLIK ANCHOR SC-4316 FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00051Each SPINE IMPLANT - PATIENT PROGRAMMER SC-5500-4 FOB: Destination ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00061Each SPINE IMPLANT CHARGER KIT SC-6412-3 FOB: Destination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N6809413T0008/listing.html)
 
Place of Performance
Address: NAVAL HOSPITAL, CAMP PENDLETON, CA
Zip Code: 92055
 
Record
SN02963198-W 20130112/130110234506-e6a8b374133fcc08400528427dd41636 (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.