Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

65 -- Allograft Bone Spacers

Notice Date
2/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N0025917Q0086
 
Archive Date
3/8/2017
 
Point of Contact
Tiffanie L Sutgrey, Phone: 6195328415
 
E-Mail Address
tiffanie.l.sutgrey.civ@mail.mil
(tiffanie.l.sutgrey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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; quotations are being requested and a written solicitation will not be issued. The solicitation number is N0025917Q0086 and is issued as a request for quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95. The North American Industry Classification System (NAICS) Code for this acquisition is 339113, with a size standard of 750. Description of Requirement: The proposed contract action is for bone spacers. This item is Human Bone, which is sterilized and machined to specific dimensions. The surgeons only intend to use possibly two (2) spacers and return all unused portions. Include price of bone spacers and any restocking fees or incidentals related to this solicitation: T-PLIF Allograft Bone Spacer, 7MM - 2 Each T-PLIF Allograft Bone Spacer, 9MM - 2 Each T-PLIF Allograft Bone Spacer, 11MM - 2 Each T-PLIF Allograft Bone Spacer, 13MM - 2 Each T-PLIF Allograft Bone Spacer, 15MM - 2 Each T-PLIF Allograft Bone Spacer, 17MM - 2 Each Salient Characteristics: The allograft bone spacer has been engineered to meet the specific demands of transforaminal posterior lumbar interbody fusion procedures to include: 1) Made of material that is transparent in X-Rays 2) Chamfer on the distal end to help facilitate implant insertion 3) Pyramidal teeth on the superior and inferior surfaces to minimize migration and resist expulsion 4) Precise machine instrument slot that ensures a secure fit between the implant and implant holder, demineralized surfaces that expose proteins and are inherent to bone growth, which is necessary for fusion and incorporation of the implant with the accommodates osteobiologic material packing and fusion through the implant. Evaluation Factors: FACTOR 1: Technical Capability: Must provide bone spacers meeting all size and salient characteristics. FACTOR 2: Delivery requirements: Supplies shall be delivered on 23 February 2017. FACTOR 3: Price: The government shall conduct a price evaluation of all technically acceptable offers. Technical and Delivery requirements, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation. Offeror Representations and Certifications: Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov. Electronic submission of Quotes: Quotations shall be submitted electronically by email to Tiffanie Sutgrey at tiffanie.l.sutgrey.civ@mail.mil. This announcement constitutes the only solicitation. Quotations must clearly indicate company's name, address, phone number, cage code and/or DUNS. Email submissions are limited to 5MB. The submitter should confirm receipt of email submissions. Quotations due not later than 21 February 2017 by 7:00 AM PST. 52.204-7 Central Contractor Registration (Jul 2013) 52.204-13 Central Contractor Registration - Maintenance (Jul 2013) 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 System for Award Management Maintenance 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability 52.212-1 Instruction to Offerors-Commercial Items (Oct 2015) 52.212-2 Evaluation - Commercial Items (Oct 2014), (evaluation factors shown above) 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2016) 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (Mar 2016) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 52.219-28 Post-Award small Business Program Representation. 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Feb 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Apr 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.213-3 Notice To Suppliers (Apr 1984) 52.225-25 Prohibition on Contracting with Entities 52.232-18 Availability of Funds 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.243-1 Changes - Fixed Price 52.252-2 Clauses Incorporated by Reference (feb 1998) 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DOD officials 252.203-7994 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.203-7995 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7012 (Dev) Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003 Item Unique Identification and Valuation 252.225-7001 Buy American and Balance of Payment Program (Dec 2014) 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7036 Buy American - Free Trade Agreements 252.225-7048 Export-Controlled Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (Provides information and instructions for submitting invoices-will be filled in with WAWF acceptor on Purchase Order) 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0086/listing.html)
 
Place of Performance
Address: Naval Medical Center, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN04405046-W 20170218/170216234428-d2ebfefa1e2077acc1b41ad9b7259a82 (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  © 1994-2020, Loren Data Corp.