Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2013 FBO #4068
SOLICITATION NOTICE

65 -- Travis AFB Spine TLIF - Horlacher - Package #1

Notice Date
1/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
FM442723460817
 
Archive Date
2/1/2013
 
Point of Contact
Jason E. Horlacher, Phone: 7078163898, Felicia A. DeMita,
 
E-Mail Address
jason.horlacher@us.af.mil, felicia.demita@us.af.mil
(jason.horlacher@us.af.mil, felicia.demita@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Spine RFQ This is a posting for commercial items prepared in accordance with the format in FAR 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 FM442723460817. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-62 effective 20 Dec 2012, Defense DPN 20121231 effective 07 Jan 13, and AFAC 2012-1107 effective 07 Nov 2012. The North American Industry Classification System (NAICS) code is 339113. The business size standard is 500 Employees. The Federal Supply Class (FSC) is 6515. The Standard Industrial Classification (SIC) is 3842. All interested parties are encouraged to provide a qoute as this is a full and open competition. The requirements are as follows: CLIN 0001 - Tranforminal Lumbar Interbody Fusion (TLIF), 1 level L4-L5, Instruments and Implants. Qty: 1 Set. A contractor's representative shall be available for the procedure on 4 Feb 2013 to provide instruction and assistance with the implantation during the procedure. The representative must be up to date and registered in David Grant Medical Center therough RepTrax system. The required instruments/implants for the Anterior Cervical Discectomy and Fusion Surgery must be delivered to the 60th MDG by 1 Feb 2013. DAVID GRANT MEDICAL CENTER AUTHORIZED VISITORS: 1. Medical sales representatives are permitted in the operating room to observe or consult on equipment/supply item only. In no instance will the medical sales representative perform any surgical procedures. Medical sales representatives must sign into Rep Trax at the front desk and have an initial orientation to the surgical suite. If medical sales representative is bringing in supplies/equipment/samples this must be coordinated w/ OR supply NCO/technicians in a timely matter (7 or more days before surgery). 1.1. Orientation will be documented on Transient Staff Orientation Checklist maintained at the Operating Room Front Desk. 1.2. All authorized contractors, product representatives, & vendors must be listed at time of case scheduling in S3 (electronic scheduling system) to gain access to ORs for particular surgeries. If rep is not on the surgery schedule, access to surgical suite will not be granted. Reps must present a picture ID to be signed into Rep Trax. NOTE: Travis AFB Security Requirements also apply. Freight (FOB Destination), must inlcude standard warranty on all items. Please add shipping charges if applicable. Delivery to Travis AFB, CA 94535 and implantation is to be included in the quote. This award shall be made in the aggregate, all or none. Clauses incoporated by Full-text: Addendum to FAR 52.212-1 -- Instructions to Offerors IMPORTANT: Contractor should provide in the quote the information that is necessary to demonstrate the ability to do the procedure, and provide information in relation to the criteria (i-v) set forth in the next section, Evaluation - Commercial Items. Failure to provide this information may result in ineligiblity for award. Contractor should price each piece necessary to perform the procedure individually, and any additonal pieces that may be used dependent on the patience's anatomy, i.e. pricelist for one (1) complete ACDF set. The following factors shall be used to evaluate offers: FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price; (ii) Technical acceptability of the product; (iii) The education/experience level of the contractor representative that will assist with the surgery; (iv) Ability to meet delivery requirement; (v) The attending doctor's professional determination about the suitability of the product offered in relation to the particular patient. The doctor will consider the outcome for the patient, any unique quality of the product that reduces risk to the patient, any unique quality of the product that reduces pain or suffering for the patient, and any unique element that reduces the time required for the surgery/procedure 52.212-3 -- Offeror Representations and Certifications -- Commercial Items An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of Clause) 52.252-2 -- Clauses Incorporated by Reference Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es) http:/www.arnet.gov/far or http:/farsite.hill.af.mil 52.252-6 -- Authorized Deviation in Clauses Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation 48 CFR Chapter 2 clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. Clauses Incorporated by Reference: Federal Acquisition Regulations: 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-1 Instructions to Offerors 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions (Deviation) 52.213-3 Not to Exceed (NTE) Contracts Only 52.219-28 Post Small Business Award Program 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts Dept of Defense Federal Acquisition Regulations (DFARS) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Products 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions (Deviation) 255.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic submission of Payment Request 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea (Alt III) Air Force Federal Acquisition Regulations (AFFARS) 5352.201-9101 Ombudsman Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively be registered Wide Area Work Flow (WAWF) [http://wawf.eb.mil] and System for Award Management (SAM) [https://www.sam.gov/] to be eligible for award. All questions regarding the solicitation must be submitted to me via email by close of business 15 Feb 2013. Please send all offers with product literature to jason.horlacher@us.af.mil NO LATER THAN 17 Feb 2013, 10:00 AM, PST. Primary point of contact is Jason E. Horlacher, TSgt, Contract Specialist, telephone 707-816-3898. Alternate POC is Felicia DeMita at felicia.demita@us.af.mil, Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FM442723460817/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02963744-W 20130113/130111233945-211b6680521d0b79130fbbaef20eba15 (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.