Federal Bid

Last Updated on 29 Aug 2013 at 8 AM
Combined Synopsis/Solicitation
Wilson New york

Cervical implants

Solicitation ID N00259-13-T-0323
Posted Date 13 Aug 2013 at 9 PM
Archive Date 29 Aug 2013 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 with the intent to award on a sole source basis to Depuy Spine, Inc located at: 352 Paramount Drive, Rayham, MA 02767-5199. IAW FAR 13.106-1(b)(1), this sole source is based on uniquely engineered implants that are specifically designed to patient size, individual case, tested, physician trained and has real-world application in the Specwar community for spinal surgeries.

All responsible sources may submit a capability statement, proposal or quotation which shall be considered by the Agency. A determination by the Government not to compete based upon the responses to this notice is within the sole discretion of the Government. Information received normally will only be considered for the purpose of determining whether to conduct a competitive procurement in the future. Paper copies of this solicitation will not be available. The closing date for submitting proposals is August 14, 2013 at 12:00PM, Pacific Standard Time. This is an urgent and compelling Government need for surgeries scheduled on 8/15/2013 and 8/20/2013.

This announcement constitutes the only request for quotations. No further written solicitation will be issued. The solicitation number is N00259-13-T-0323. This solicitation incorporates provisions and clauses that are in effect through FAC 2005-66. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the following web address: http://acquisition.gov/far. The North American Industry Classification System (NAICS) Code for this acquisition is 339113: Size: 500.

All interested Offerors shall submit quotations electronically by email to [email protected] or by facsimile at 619-532-5596, ATTN: Sandra Kretschmar. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations MUST be received on or before August 14, 2013 at 12:00PM, PST to be considered. All other offers shall be considered non-responsive.

The following are Naval Medical Center San Diego's requirements:

CLIN 0001 Depuy Viper, Qty 1 each Price: tiny_mce_marker________
CLIN 0002 Depuy Skyline Cervical Plate, Qty 1 each Price: tiny_mce_marker________
CLIN 0003 Shipping, Qty 1 each Price: tiny_mce_marker________

The following lists salient characteristics that must be met:

1. Tricare standard and uniquely made to work with existing Depuy equipment and unique tailoring to individual patient needs.
2. Improved design to reduce incision size thereby reducing risks of infection. Incision must not exceed 15mm.
3. Requires only 2 (two) skin incisions.
4. Surgical team required based on best results to the patient and surgical team acquired training and skill levels.
5. Must be compatible with existing surgical equipment. Switching to different arthroplasty implants or instrumentation cannot be accomplished by scheduled surgery dates.

The following factors shall be used to evaluate offers: 1) Salient Characteristics as described herein; 2) Past Performance (Navy recognition, approval and training); 3) Delivery Schedule (requirement date is 15 August 2013); and 4) Price. Salient characteristics and past performance when combined outweigh price in importance.

Other qualifications that must be met in order to be considered:
1. The Government will only consider firm fixed-price quotations.
2. Offerors must complete and submit quotations IAW FAR provision 52.212-3.
3. Offerors must be registered in the System for Award Management (hereafter SAM) prior to all awards. The website address for SAM is as follows: http://www.sam.gov. A Data Universal Number System (DUNS) number and cage code is required to register.

The following FAR/DFARS provisions and clauses are applicable to this procurement:

52.204-7 Central Contractor Registration (FEB 2012)

52.204-13 Central Contractor Registration Maintenance (DEC 2012)

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012)

52.212-1 Instruction to Offerors-Commercial Item (FEB 2012)

52.212-2 Evaluation Commercial Items (JAN 1999)
Evaluation factors in descending order of importance: 1) Salient Characteristics; 2) Delivery Schedule; and 3) Past Performance; 4) Price.

52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012)

52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or EOs--Commercial Items (MAR 2012)

52.219-28 Post Award Small Business Program Representation (APR 2012)

52.222-3 Convict Labor (JUN 2003)

52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012)

52.222-21 Prohibition of Segregated Facilities (FEB 1999)

52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010),

52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)

52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)

52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
http://acquisition.gov/FAR; www.acq.osd.mil

52.252-2 Clauses Incorporated By Reference (FEB 1998)
http://acquisition.gov/FAR; www.acq.osd.mil

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012)

252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011)

252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)

Bid Protests Not Available

Similar Past Bids

Wilson New york 26 Oct 2016 at 4 PM
Travis air force base California 05 Feb 2013 at 8 PM
Center Kentucky 16 Mar 2016 at 7 PM
Jacksonville Florida 26 Mar 2021 at 4 AM
Location Unknown 09 Sep 2021 at 4 AM

Similar Opportunities

Arizona 14 Jul 2025 at 9 AM (estimated)
Natick Massachusetts 16 Jul 2025 at 7 PM
Frederick Maryland 27 Aug 2025 at 4 AM (estimated)
Washington District of columbia 25 Jul 2025 at 4 PM