Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOLICITATION NOTICE

65 -- Gastric Laparoscopic Bands

Notice Date
5/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument 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
N0025917Q0109
 
Archive Date
5/31/2017
 
Point of Contact
Jaime Flores, Phone: 6195327643
 
E-Mail Address
jaime.r.flores4.civ@mail.mil
(jaime.r.flores4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice to the contractor This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, 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 N0025917Q0109. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The North American Industry Classification System (NAICS) Code for this acquisition is 339112. The size standard is 1000. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far and www.acq.osd.mil. The Naval Medical Center San Diego (NMCSD) requests responses from qualified sources capable of providing the following items that must meet the salient characteristics described below: All gastric laparoscopic bands must have the following: • Must be able to be utilized through laparoscopic surgery • Must be adjustable to suit the anatomical size of the stomach • Must be designed for long-term use, but be able to be removed or adjusted in case of complication • Must be FDA approved CLIN Description 0001: Gastric laparoscopic band system Quantity: 3 each Unit Price $________ Extended Price $___________ Shipping: Please include shipping in the price of the units. Delivery Location is 34800 Bob Wilson Drive San Diego, CA 92134. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 Data Universal Numbering System Number 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation-commercial items The following factors to be used to evaluate offers: FACTOR 1: Delivery Schedule; is defined as the lead time necessary to receive the product. FACTOR 2: Technical Capability; defined as the ability of the products to meet the salient characteristics needed. FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules. Delivery requirements and technical capability, 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. The Government will only consider FFP quotations. 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2016) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.219-28 Post Award Small Business Program Representation 52-222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222.50 Human trafficking 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and 52.232-18 Availability of Funds 52.232-40 Providing Accelerated Payments to Small business Subcontractors 52.247-34 F.O.B Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Contractors are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204.7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American And Balance Of Payments Program-- Basic 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation by Sea This announcement will close at 07:00am PST on 16 May 2017. Contact: Jaime Flores at Jaime.r.flores4.civ@mail.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Offerors must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the Offeror to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0109/listing.html)
 
Record
SN04491004-W 20170503/170501234542-cf2ebcc403c52991cfb04ef85ca3a43f (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.