Federal Bid

Last Updated on 01 Jun 2019 at 8 AM
Combined Synopsis/Solicitation
Ohio

Centinel SPine ALIF Surgery

Solicitation ID CentinelSpineALIFSurgery
Posted Date 16 May 2019 at 4 PM
Archive Date 01 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Ohio United states
Combined Synopsis/Solicitation for Emergency ALIF Surgery 22 May 2019:

*** The due date for this solicitation is Friday, 17 May 2019 at 2:00 PM EST***

This Combined Synopsis/Solicitation is expected to result in the award of a firm-fixed price contract for a Centinel Spine Midline II ALIF Implants at Wright-Patterson AFB, Ohio as described in Attachment 1 to the Solicitation, entitled "Statement of Work." This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12, as supplemented with additional information included in this notice. An award, if any, will be made to the responsible Offeror who submits a proposal that:

1. Conforms to the requirements of the solicitation.
2. Receives a rating of "Acceptable" on the Technical Capability evaluation factor.
3. Contains the lowest technically acceptable price (LPTA), provided that the total evaluated price (TEP) is not unbalanced and is fair and reasonable.

Submittal of quotes in response to this solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.

The solicitation for this requirement is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.

Requirement: The Government requires Centinel Spine's Midline II TI Spinal Implants for ALIF surgery scheduled for 22 May 2019 to be performed at the Wright-Patterson AFB (WPAFB) Medical Treatment Facility (MTF). The requirements are as follows:

Qty. 2: SMF391312 - STALIF M FLX 39MM X 13MM X 12 Degree
Qty. 8: STM6030 - STALIF ABO Screw
Qty. 2: STM6030R - STALIF ABO Revision Screw

The items are required to be delivered on 21 May 2019 by an attending surgical sales representative from Maxtown Medical in order to be sterilized and ready for surgery. Maxtown Medical is the sales and servicing entity for Centinel Spine's exclusive Ohio Distributor, Airborne Medical Depot, LLC. A sales representative will be present 22 May 2019 during the surgery to assist the surgeon in using these products. For further details, see Attachment 1 to the Solicitation entitled, "Statement of Work."

NAICS Code: 339112 - Surgical and Medical Instruments Manufacturing

Business Size Standard: 1,000 Employees

Acceptable Means of Submission: All submissions must be submitted electronically to the following email address: [email protected], containing the subject line "EMERGENCY SURG//FM230091260248/ALIF/22MAY"

Delivery Schedule: 21 May 2019

Delivery Destination: 4881 Sugar Maple Drive
Building 830 Area A
WPAFB, OH 45433-5529

Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)

Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.

Closing Response Date: All offers must be submitted no later than Friday, 17 May 2019 at 2:00 PM EST.

 


Important Notice to Contractors: The Contracting Officer and the Contract Specialist (CO/CS) are the sole Government Points of Contact for this acquisition. Offerors shall address all questions or concerns to the CO and the CS identified in the RFQ. Unless otherwise noted, the offeror shall not contact any other government personnel or offices until after task order award.
• Contract Specialist: Angela M. McElroy, [email protected]
• Contracting Officer: Jessica M. Stamper, [email protected]

The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers.

The quotations may be in any format but MUST include:
1. Proposing company's name, address, DUNS number, Cage Code, and TIN
2. Point of contact's name, phone, and email
3. Quotation number and date
4. Timeframe that the quote is valid
5. Individual item price
6. Total price, No Progress Payments
7. Shipping (FOB Destination)
8. Delivery Schedule
9. Completed copy of FAR 52.212-3 Alternate I, FAR 52.222-22 and FAR 52.222-25, and FAR 52.209-11, only if not completed online in the System for Award Management (http:www.sam.gov). See the Clauses and Provisions of the attached SF 1449 and the section titled, "Representations and Certifications" listed below.
10. Important Notice to Contractors: Quotation MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation.

Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.

Any correspondence sent via email must contain the subject line, "EMERGENCY SURG//FM230091260248/ALIF/22MAY." The entire proposal must be contained in a single email, unless otherwise approved, and must not exceed five megabytes, including attachments. Emails with compressed files will not be accepted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the email may not get through the email filters. Also, be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls, or .xlsx documents are sent. The email filter may delete any other form of attachments.

Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 01 Jun 2018 at 1 PM
Wright patterson air force base Ohio 13 Sep 2017 at 8 PM
Wright patterson air force base Ohio 26 Sep 2017 at 3 PM
Wright patterson air force base Ohio 08 Nov 2017 at 3 PM
Wright patterson air force base Ohio 13 Mar 2018 at 8 PM

Similar Opportunities

Umatilla Oregon 16 Jul 2025 at 6 PM
Santa fe New mexico 21 Jul 2025 at 4 PM
Santa fe New mexico 21 Jul 2025 at 4 PM
Santa fe New mexico 21 Jul 2025 at 4 PM