Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2013 FBO #4207
SOLICITATION NOTICE

65 -- Cashwell-FM442731410236-BreastReconstruction

Notice Date
5/30/2013
 
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
Cashwell-FM442731410236-BreastReconstruction
 
Point of Contact
James O. Cashwell, Phone: 7074247773, Josiah Littrell, Phone: 8163987
 
E-Mail Address
james.cashwell@us.af.mil, josiah.littrell@us.af.mil
(james.cashwell@us.af.mil, josiah.littrell@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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 Cashwell-FM442731410236-BreastReconstruction. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC FAC 2005-65, Effective January 29, 2013, DPN 20121231 effective December 31, 2012, and AFAC 2012-1107, effective November 7, 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 3841. Requirement Description: Travis AFB intends to award a purchase order for 6 X 16cm Acelluar Dermal Matrix for Breast Reconstruction/Revision surgery The requirement is as follows: ITEM DESCRIPTION QTY 7EA CLIN0001: 6 x 16 cm acellular dermal matrix for breast reconstruction, and revision breast reconstruction Product must provide pliability to provide stretch as well as contain supporting studies indicating low complication rates, Seroma rate and re-operation rates for wound healing and hematoma as well as studies to prove revascularization. Product must also have high tensile strength and come hydrated. Please provide the unit cost for this item. Award shall be made in the aggregate, all or none. The following provisions/clauses apply to this solicitation: FAR clauses: 52.212-1 Instructions to Offerors -- Commercial Items 52.212-4 Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions -- Commercial Items (Deviation) 52.219-28 Post Award Small Business Program 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 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 252.212-7001 Contract Terms and Conditions (Deviation) 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests 252.204-7004 Alternate A, Central Contractor Registration. 252.232-7010 Levies on Contract Payments 252.247-7023 (Alt III) Transportation of Supplies by Sea 252.204-7006 Billing Instructions WAWF - Wide Area Work Flow 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.204-7 -- Central Contractor Registration 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: 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: 1.) Price 2.) Technical Acceptability 3.) Education/experience level of the contractor that will assist with the surgery 4.) Delivery schedule of the product no later than 72 hours prior to surgery 5.) The breadth and depth of the product line; and 6.) 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 the risk to the patient, any unique quality of the product that reduces pain and 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.] 52.252-2 -- Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: 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://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses (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. (End of Clause) 5352.201-9101 Ombudsman OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Office Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. All Vendors must actively be registered with the System for Award Management (SAM) [https://www.sam.gov/portal/public/SAM/], and at Wide Area Work Flow (WAWF) [http://wawf.eb.mil]. Please send any responses to James.Cashwell@us.af.mil. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. Please submit all questions or concerns pertaining to the solicitation NO LATER THAN 3 June 2013 via email to the appropriate point of contact. All responsible sources may submit a quote which will be considered by the agency, NO LATER THAN 4 June 2013, 12:01 PM, PST; quotes are to be provided by email. Points of contact: Contracting Specialist: 2LT James Cashwell- 707 424 7760 - James.cashwell@us.af.mil Contracting Officer: SSgt Josiah Littrell - 707 816 3897- Josiah.Littrell@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/Cashwell-FM442731410236-BreastReconstruction/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03075093-W 20130601/130530234726-afa761944133e54022f9072ef1ecfe2f (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.