Federal Bid

Last Updated on 31 Oct 2010 at 8 AM
Combined Synopsis/Solicitation
Atlantic North carolina

65--RemB Stryker Upgrade

Solicitation ID W91YTZ10T0091
Posted Date 28 Aug 2010 at 3 PM
Archive Date 31 Oct 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Regional Health Contracting Office - Atlantic
Agency Department Of Defense
Location Atlantic North carolina United states 28310
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; proposals are being requested and a written solicitation will not be issued.

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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W91YTZ-10-T-0091. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. The North American Industry Classification System Code (NAICS) for this procurement is 339114. Womack Army Medical Center has a requirement for the following.
RemB Stryker Upgrade
FOB: Destination
CLIN Qty Supply/Item # NET AMT
CLIN 0001 4 each RemB Micro Drill, 6400-015-000
CLIN 0002 4 each RemB Osc. Saw, 6400-031-000
CLIN 0003 4 each RemB Sagital Saw, 6400-034-000
CLIN 0004 4 each RemB Recip Saw, 6400-037-000
CLIN 0005 4 each RemB Dedicated Wire Drill, 6400-062-000
CLIN 0006 4 each RemB Udriver, 6400-062-000
CLIN 0007 8 each RemB Handswitch, 6400-009-000
CLIN 0008 4 each Microdrill Long Str attachment, 511-015-270
CLIN 0009 4 each Wire Collet, 4100-062-000
CLIN 0010 4 each Adjustable Pin Collet, 4100-126-000
CLIN 0011 4 each Synthes Drill, 4100-110-000
CLIN 0012 4 each Drill with Key, 4100-131-000
CLIN 0013 4 each 5/31 Drill with Key, 4100-132-000
CLIN 0014 8 each Standard Cable, 5100-004-000
CLIN 0015 4 each RemB Sterilization Case, 6400-277-000
CLIN 0016 4 each CORE IMPACTION DRILL, 5400-300-000
CLIN 0017 4 each IMPACTION BUR GUARD, 5400-301-000
CLIN 0018 4 each IMPACTION SHIELD, 2296-301-000
CLIN 0019 4 each CORE MOTOR CONTROLLER, 5400-050-000
CLIN 0020 4 each SI(Stryker Instruments)- Trade In

Delivery Information:
Delivery Date: 10 days from Receipt of Award

Please include shipping and handling cost if applicable. The Government anticipates awarding a single award for this requirement. This requirement is for one RemB Stryker Upgrade. No exceptions or compatibles will be accepted. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition. FAR 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offers submitted shall include: (1) proposed prices (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52.212-3. Offer Representations and Certifications-Commercial items, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements will be determined unacceptable. Past Performance will be evaluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years.
Offeror without technical or insufficient technical information to show that their offer meets the requirement shall not be evaluated for award. Neutral Risk No relevant past performance Information. PRICE: Price will be evaluated separately from past performance and will be evaluated for fairness and reasonability. Offeror shall provide their published price list with their offer.
The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar

Far 52.21-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registry; FAR 52.225-1, Buy American Act- Supplies; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); DFAR Clause 252.232-7003, Electronic Submission of Payment Request (Jan 2004): DFAR Clause 252.204-7007 alt A, Required Central Contractor Registration Alternate A (Nov 2003), Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. Quotes are being requested and a written solicitation will not be issued. All responsible sources should submit quotes to Naomi Mariani at [email protected] by the 1st of September, 2010 4 PM EST. No Telephone Calls Will Be Responded To.
Place of Performance
Womack Army Medical Center
2817 Reilly Road
Fort Bragg, NC 28310

Point of Contact:
Naomi Mariani
[email protected]
910-907-6958







Bid Protests Not Available

Similar Past Bids

Location Unknown 19 Sep 2019 at 2 PM
Location Unknown 26 Jun 2015 at 11 PM
Mather California 30 Jun 2022 at 9 PM

Similar Opportunities

Seattle Washington 31 Jul 2025 at 10 PM
San diego California 14 Jul 2025 at 4 PM
Colorado 31 Jul 2025 at 4 AM (estimated)