Federal Bid

Last Updated on 06 Dec 2016 at 9 AM
Combined Synopsis/Solicitation
Wilson New york

C6 Corpectomy Supplies

Solicitation ID N0025917Q0039
Posted Date 18 Nov 2016 at 3 PM
Archive Date 06 Dec 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wilson New york United states 34800
This is a combined solicitation/synopsis 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 only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N0025917Q0039 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 339113.
All interested bidders shall submit quotations electronically by email to [email protected] or by facsimile at 619-532-5596, attention John Freeman. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 21 Nov 2016 at 08:00 AM Pacific Standard Time to be considered responsive.
Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is www.sam.gov
The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-91. This acquisition incorporates the following FAR clauses:

Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is www.sam.gov
Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, when submitting a proposal. The website address is http://www.acquisition.gov.
DELIVERY ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA 92134-5000
The Government will award a firm, fixed price (FFP) contract resulting from this combined synopsis/solicitation to the responsible offeror whose conforming response is determined to provide the best value to the Government, price and non-price factors considered.
The following factors shall be used to evaluate offers.
FACTOR 1: Technical Capability: Must be able to provide requirement as described in CLIN 0001.
FACTOR 2: Delivery requirements: Supplies must be delivered on or before 22 November 2016.
FACTOR 3: Price: The government shall conduct a price evaluation of all technically acceptable offers.
Technical Capabilities and Delivery Requirements are of equal importance, when combined, are significantly more important than cost. Contractors who do not meet both of the first two factors will not undergo a price evaluation.
The Government will only consider FFP quotations.
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 [email protected], Attention: John Freeman. Email submissions are limited to 20MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 21 Nov-2016, 08:00 AM, Pacific Time to be considered.
Description of supplies:

CLIN 0001 C6 Corpectomy Supplies   $____________________________

Anterior Cervical Cage that meets the following qualifications per the patient's anatomy as determined by the physician:
1. Includes modular endplates to custom fit the implant congruent to patient anatomy.
2. Comes in multiple sizes made of peek or titanium necessary for patient variances.
3. Includes locking screws to secure the implant in place and prevent dislodgement.

Required supplies as follows:
Providence Cervical Plate Cat#150.230, 1 each
Providence Screw Cat# 150.012, 4 each
Fortify I Cage - Cat# 137.001, 1 each
Fortify Endplate Cat# 137.300, 2 each
Fortify Screws Cat # 184.152, 4 each
Date Material Required: 22 Nov 2016
Date of Surgery: 23-Nov-2016
Supplies must be delivered onsite by 22 November 2016.
This acquisition incorporates the following FAR clauses:
CLAUSES INCORPORATED BY REFERENCE
52.204-7 System for Award Management JUL 2013
52.204-13 System for Award Management Maintenance JUL 2013
52.204-16 Commercial and Government Entity Code Reporting JUL 2016
52.204-17 Ownership or Control of Offeror JUL 2016
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.212-1 Instructions to Offerors--Commercial Items OCT 2015
52.212-2 Evaluation - Commercial Items OCT 2014
52.212-4 Contract Terms and Conditions--Commercial Items MAY 2015
52.212-5 False Statements In Bids
Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items APR 1984
SEP 2016
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. OCT 2015
52.232-18 Availability Of Funds APR 1984
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998
52.247-34 F.O.B. Destination NOV 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7004 Alt A System for Award Management Alternate A FEB 2014
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls DEC 2015
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DEC 2015
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012
252.232-7010 Levies on Contract Payments DEC 2006
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.225-7048 Export-controlled Items JUN 2013
252.232-7003 Electronic Submissions of Payment Requests and Receiving JUN 2012
252.244-7000
252.232-7010
252.244-7000 Subcontracts for Commercial Items
Levies on Contract Payments
Subcontracts for Commercial Items
JUN 2013
DEC 2006
JUN 2013
CLAUSES INCORPORATED BY FULL TEXT
52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A
FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that--
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

(b) The Offeror represents that--

(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and

(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://acquisition.gov/far
http://acq.osd.mil
(End of provision)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://acquisition.gov/far
http://acq.osd.mil
(End of clause)

252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011)

 


RAPID GATE INFORMATION
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.

CLAUSES INCORPORATED BY FULL TEXT
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (SUPPLIES) (MAY 2013)
(Provides information and instructions for submitting invoices-will be filled in with WAWF acceptor on Purchase Order)

 

 

Bid Protests Not Available

Similar Past Bids

Center Kentucky 05 May 2016 at 5 PM
Wilson New york 06 Sep 2016 at 9 PM
Houston Texas 12 Sep 2024 at 6 PM
Center Kentucky 05 Dec 2016 at 10 PM
David Kentucky 28 Apr 2017 at 1 PM

Similar Opportunities

San diego California 04 Mar 2027 at 8 PM
Georgia 29 Jul 2025 at 6 PM
Westfield Massachusetts 28 Jul 2025 at 6 PM
Georgia 29 Jul 2025 at 6 PM