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, 2019 FBO #6259
SOLICITATION NOTICE

65 -- Aesculap Vega Total Knee System

Notice Date
1/10/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
8901 Rockville Pike, Bldg 54 Bethesda MD 20889
 
ZIP Code
20889
 
Solicitation Number
W91YTZ19Q0101
 
Response Due
1/13/2019
 
Point of Contact
Raymond E. Hulse, Contract Specialist, Phone 7067870837, - Francine Brown, Contracting Officer, Phone 7067871409
 
E-Mail Address
raymond.e.hulse.civ@mail.mil, francine.brown.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. Solicitation number W91YTZ-19-Q-0101 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 and Defense Federal Acquisition Supplement Publication (DPN) 20161222. This acquisition is issued on an UNRESTRICTED FULL AND OPEN basis under NAICS code 339113 and size standard is 750. The Government anticipates awarding a single award issued as Firm Fixed Price. The requirement of this solicitation is to provide a one-time buy for Aesculap Vega Total Knee System for Eisenhower Army Medical Center, Fort Gordon, GA 30905. All responsible sources may submit a quotation which shall be considered by the agency. Quotes are due by 13 January 2019 at 12:00 pm EST. Questions must be submitted via email no later than 11 January 2019. Quotes and questions shall be submitted via email to raymond.e.hulse.civ@mail.mil AND Francine.brown.civ@mail.mil This is a brand name or equal solicitation. The brand name is Aesculap Vega Total Knee System. This system is needed for a patient specific surgery scheduled for 15 January 2019. Vendor rep must be available in the Operating Room at the time of surgery. If submitting an "or equal" quote, the offer must comply with the Addendum to FAR 52.212-1 and FAR 52.211-6, Brand Name or Equal. The Government does not pay sales tax. ITEM NO. 0001 New Aesculap Vega Total Knee System QTY: 1 UNIT: EACH UNIT PRICE: ___________ TOTAL tiny_mce_marker_________________ Delivery Address Eisenhower Army Medical Center 300 Hospital Road Fort Gordon, GA 30905 SOLICITATION PROVISIONS 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (APR 2014) Addendum to 52.212-1 Para (b) Submission of Offers: The following supplements this paragraph with respect to the information and documents required for submission in response to this solicitation. All responsible offerors must submit: - Technical Description of items being offered (see note) - Clin/Item Number Pricing (filled out) - Company's Dunn and Bradstreet number (DUNS) - CAGE code - Delivery Time - Company Contact Information, for evaluation purposes. - Fill out and return 52.212-3 Alt I (Registration in SAM can be substituted for FAR 52.212-3 Alt I. The information in SAM must be current and complete before an award can be made. Contractor shall not have any Active Exclusion Record in SAM. NOTE: If providing an "equal" item(s), comply with FAR Provision 52.211-6, Brand Name or Equal. Explain in detail how the proposed items will meet the salient characteristics of the items as specified here in the solicitation at 52.212-2. Offerors shall demonstrate that the product proposed complies with the technical requirements described in the salient characteristics via the submission of a written capability statement, product literature, or other materials, with their offer. Offerors shall cross-reference their product to its "equal" in the solicitation via the use of part numbers or another methodology that clearly identifies what the submitted product is "equal" to. Offerors shall ensure their proposed quantities result in the same number of items required, as identified in the solicitation. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. (n) Protests received at a level higher than the Contracting Officer will be referred to the Contracting Officer. Protestor may request a review by the Contracting Officer or an independent review at a level higher than the Contracting Officer. Requests for appeals or independent review will be addressed to the Contracting Officer for referral to the review authority. Questions on this process will be referred to the cognizant Contracting Officer identified in the solicitation. (End of Addendum to 52.212-1) 52.211-6 -- BRAND NAME OR EQUAL (AUG 1999) 52.214-34 - SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (OCT 2015) 52.209-2 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATIONS (NOV 2015) 52.209-11 - REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); http://farsite.hill.af.mil/ 52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (DoD FAR Supplement (48 CFR Chapter 2) paragraph (b) 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEVIATION 2016-O0001) (OCT 2015) 252.204-7011 -- ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) Addendum to 52.212-2 Paragraph (a) is hereby replaced with the following: (a). The Government will award a Firm-Fixed-Price contract resulting from this solicitation, to the responsible offer conforming to the solicitation that is lowest price technical acceptability. 1 each Aesculap Vega Total Knee system. Technical Knee system MUST possess a barrier that protects against the release of metal ions, such as molybdenum, nickel, cobalt and chromium from the implant into the patient's system. In accordance with Brand Name or Equal FAR 52.211-6. Aesculap Vega Total Knee System To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must - (1) Meet the salient physical, functional, or performance characteristic specified above and in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previous furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. Provide evidence for the quality of product. Warranty for product detailing length of service coverage, parts covered must be included. Price Price will be evaluated for fairness and reasonability in terms of: a. That the prices are consistent with and reflect the proposed requirement. b. Pricing will be evaluated for fair and reasonable in terms of the Government's requirements. The Government is interested in proposals that meet the requirements with acceptable risk, at the lowest price technically acceptable. c. Quoters shall submit quotes to Gordon Health Contracting Cell Office to arrive no later than 12:00 PM eastern standard time on 10 January 2019. Quotes can be submitted via email to raymond.e.hulse.civ@mail.mil or Francine.brown.civ@mail.mil. Mailed and faxed submissions are not acceptable. (End of Addendum to 52.212-2) 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) CONTRACT CLAUSES 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015) Addendum to 52.212-4 (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ https://acquisition.gov/far/index.html (End of Addendum to 52.212-4) 52.204-21 - BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.219-4 -- NOTICE OF PRICE EVALUATION PERFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.222-19 -- CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (APR 2015) (EEO) 52.222-36-EQUAL OPPORTUNITY (APR 2015) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-3 - HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) 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 (JUL 2013) 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 -- PROTEST AFTER AWARD (AUG 1996) 52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.237-2 -- PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.225-7036 - BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM (AUG 2016) 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (DEC 2014) 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) https://www.farsite.hill.af.mil 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (DoD FAR Supplement (48 CFR Chapter 2) in paragraph (b) 252.203-7999 -- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMEMNTS (DEVIATION 2015-O0010) (FEB 2015) 252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (OCT 2016) 252.204 - 7015 - DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003 -- ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.244-7000 -- SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (NOV 2017) (DEVIATION 2013-O0019) iRAPT Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) - formerly known as WAWF iRAPT is the authorized method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor shall (i) register to use iRAPT at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the System for Award Management at https://www.sam.gov within ten (10) calendar days after award of this contract/order. iRAPT Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) location listed in Block 18a of your purchase order/contract. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. 7 The following codes and information will be required to assure successful flow of iRAPT documents. Foreign Vendors will submit banking information in the Comments Tab of the iRAPT invoice. TYPE OF DOCUMENT Invoice (Contractor Only) _X Invoice and Receiving Report (COMBO) Invoice as 2-in-1 (Services Only) Receiving Report Government Only) CAGE CODE: ISSUE BY DODAAC: W91YTZ ADMIN BY DODAAC: W91YTZ INSPECT BY DODAAC: W33XTF ACCEPT BY DODAAC: W33XTF SHIP TO DODAAC: W33XTF PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: (Use Group e-mail accounts if applicable) INSPECTOR Primary: Alternate: ACCEPTOR Primary: Alternate: RECEIVING OFFICE POC: Primary: Alternate: CONTRACT ADMINISTRATOR/ SPECIALIST:Raymond E. Hulse, Raymond.E.Hulse.civ@mail.mil, DSN: 773 Comm: (706)787-0837 CONTRACTING OFFICER: Francine Brown, Contracting Officer, (706) 787- 1409, francine.brown.civ@mail.mil. ADDITIONAL CONTACT: Gordon Health Contracting Cell 43 Central Hospital Court, Bldg 332 Fort Gordon, GA 30905 Any modification requests must be in writing and submitted to: ADMIN DODAAC. TOBACCO FREE MEDICAL CAMPUS (TFMC) In accordance with Army Regulation 600-63, paragraph 7-3, 14 April 2015; Operations Order 15-48 (Army Medical Command (MEDCOM) Tobacco Free Living - USAMEDCOM), 8 May 2015; and any Operations Order, regulation or other instruction implementing, defining or otherwise addressing the Tobacco Free Medical Campus (TFMC) on any military installation or DoD-controlled location, Contractor personnel are prohibited from using any tobacco product on or within any TFMC while performing under this contract. TFMCs are established at each installation or DoD-controlled location and include: (1) any property or non- residential building that is operated, maintained or assigned to support medical activities, including but not limited to, hospitals, medical laboratories, outpatient clinics (including medical, dental, and veterinary facilities), or aid stations operating for the primary purpose of delivering medical care and services for DOD eligible beneficiaries and /or meeting the mission of the Army Medical Command; (2) all other facilities in which medical activities or administration take place, to include HQ MEDCOM and Defense Health Headquarters; (3) all internal roadways, sidewalks and parking lots; and (4) all sidewalks, parking lots and grounds external but adjacent to the building or related to the migratory corridors surrounding the medical facility. The Contractor shall obtain from the COR any orders, regulations, instructions or other documents implementing, defining or otherwise addressing the TFMC for any given installation or DoD-controlled location where Contractor personnel may perform under this contract and shall instruct Contractor personnel on the TFMC limitations for installations or DoD-controlled locations where they may perform under this contract. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ19Q0101/listing.html)
 
Place of Performance
Address: Eisenhower Army Medical Center 300 Hospital Road Fort Gordon, GA
Zip Code: 30905
Country: US
 
Record
SN05192116-F 20190112/190110230045 (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.