COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,2000 PSA#2673 Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 66 -- PLATES,SCREWS AND PARTS MAUFACTURED BY SYNTHES LIMITED SOL
N00244-00-T-1336 DUE 090700 POC Brian O'Donnell, Contract Specialist
(619) 532-3445; Mary O'Brien, Contracting Officer WEB: Click here to
access the FISC home page, www.sd.fisc.navy.mil. E-MAIL: Click here to
contact the Contract Specialist, brian_w_odonnell@sd.fisc.navy.mil.
This is a combined synopsis-/-solicitation for a commercial item
prepared in accordance with the Federal Acquisition Regulation (FAR)
Part 12.6 as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; proposals
are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION
ISSUED. The solicitation number for this Request for Quotation is
N00244-00-T-1336. This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-18.
This solicitation is issued as a Small Business Set-Aside (See Note 1),
under Standard Industrial Code 3841 (Bone plates and screws) with a
small business standard of 500 employees. FISC San Diego has a
requirement for a Base Year and 3 options for the following items:
Surgical items to include miscellaneous plates, screws and parts
manufactured and distributed exclusively by Synthes Limited for the
Naval Hospital Camp Pendleton, San Diego. Justification for other than
full and open competition is FAR 6.302-1, Only one source or only a
limited number of responsible sources. This proposed contract action is
for supplies for which the Government does not have specifications and
drawings to permit full and open competition. The Government intends
to negotiate with Synthes Limited, P.O. Box 1766, Paoli PA 19301
Required delivery is F.O.B. Destination to Naval Hospital Camp
Pendleton within 24 hours. Acceptance shall be at destination. The
following provision apply: FAR 52.212-1, Instructions to Offerors
Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers
shall provide an express warranty which at a minimum shall be the same
warranty terms, including offers of extended warranties, offered to
the general public. Express warranties shall be included in the
contract. Offerors are required to complete and include a copy of the
following provisions with their proposals: FAR 52.212-3, Offeror
Representation and certifications Commercial Items. Clause FAR 52.212-4
Contract Terms and Conditions Commercial Items, applies as well as the
following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7
Other than New Material, Residual Inventory, and Former Government
Surplus Property. The clause at 52.212-5 Contract Terms and Conditions
Required To Implement Statues or Executive Orders Commercial Item
applies with the following applicable clauses for paragraph (b): FAR
52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for
Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative
Action for Handicapped Workers, FAR 52.222-37 Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era, DFAR
252.204-7004 Required Central Contractor Registration, applies to all
solicitations issued on or after 6/1/98; Issuance of Verbal orders with
Payment by Government Purchase Card, 52.216-18 Ordering, 52.216-19
Order Limitations, 52.216-21 Requirements, 5252.216-9402 Oral Orders,
52.232-36 Payment by Third party, 52.217-9 Option to extendthe term of
the Contract, 52.232-34 Payment by Electronic Funds Transfer. Lack of
registration in the CCR database will make an offeror/quoter
ineligible for award. Please ensure compliance with this regulation
when submitting your quote. Call 1-888-227-2423 or on the Internet at
http://ccr.edi.disa.mil for more information. DFAR 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisition of Commercial Items,
applies with the following clauses applicable for paragraph (b) DFAR
252.225-7001 Buy American Act and Balance of Payment Program, and DFAR
252.225-7012 Preference for Certain Domestic Commodities. The
Government intends to make a single award to the responsible Offeror
whose offer is the most advantageous to the Government considering
price and price related factors. Provision 52.212-2 Evaluation
Commercial Items applies with paragraph (a) completed as follows: Award
will be made to the Offeror that meets the solicitation's minimum
criteria for technical acceptability at the lowest price. To be
determined technically acceptable the Offeror must furnish product
literature that demonstrates the products offered meet all requirements
stated in the above purchase descriptions. All responsible Offerors are
to submit current pricing, delivery time, payment terms, cage code,
Dunn and Bradstreet number, Tax Identification Number and all
applicable specifications regarding this solicitation. Also required
are copies of applicable commercially published price lists pertaining
to your company's products that meet the specifications. Quotes must
be received no later than 3:00 p.m. PST, 07 September 2000 and will be
accepted via FAX (619)-532-1088, Attn: Brian O'Donnell. Clause
information can be downloaded from the internet from the following
addresses; http://www.arnet.gov/far/ or
http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 08/24/00
(W-SN489941). (0237) Loren Data Corp. http://www.ld.com (SYN# 0346 20000828\66-0013.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on August 24, 2000 by Loren Data Corp. --
info@ld.com
|
|
|