Federal Bid

Last Updated on 04 Jul 2019 at 1 AM
Combined Synopsis/Solicitation
Wilson New york

Cortical Bone

Solicitation ID N00259-13-T-0386
Posted Date 24 Sep 2013 at 6 PM
Archive Date 03 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Wilson New york United states 34800
The proposed contract action is for supplies or services for which the Government intends to solicit as a Small Business Set-aside. All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. This is a combined synopsis/solicitation for a commercial items contract, 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, proposals are being requested and a written solicitation will not be issued. The solicitation number, N00259-13-T-0386 is issued as a request for quotation (RFQ). This requirement is for Cortical Bone for the Naval Medical Center San Diego. The North American Industry Classification System (NAICS) Code for this acquisition is 339112, Size: 500. Quotations are due on or before September 27, 2013, 9:00 AM Pacific Standard Time to be considered responsive. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following:
CLIN 0001; LifeNet .70cc Mineralized Cortical Bone; Qty 500 GP@ tiny_mce_marker_____= tiny_mce_marker_____.


CLIN 0002; LifeNet .70cc Demineralized Cortical Bone; Qty 100 GP@ tiny_mce_marker_____= tiny_mce_marker_____.


CLIN 0003; LifeNet .70cc Health Illium Block - Small; Qty 40 GP@ tiny_mce_marker_____= tiny_mce_marker_____.

This solicitation documents, incorporates provisions and clauses in effect through FAC 2005-69. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses; http://acquisition.gov/FAR; www.acq.osd.mil.The NAICS code is 325413.
The following FAR provisions and clauses are applicable to this procurement:
52.204-7 Central Contractor Registration (DEC 2012)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards(AUG2012)
52.204-13 Central Contractor registration Maintenance (DEC 2012)
52.212-1 Instructions to Offeror--Commercial Items (FEB 2012)
52.212-2 Evaluations--Commercial Items (JAN 1999)
52.212-3 Offeror Representations and Certification
52.212-4 Contract Terms and Conditions Commercial Items (SEP 2005);
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
NMCAR SUBPART 5237. 5237.102 (90) -SERVICE CONTRACTS GENERAL
52.212-5 Contract Terms and Conditions Required Implementing Statutes or Executive Orders-
Commercial Items (APR 2006) with the following clauses incorporated in sections (a) 52.333-3 Protest after Award (AUG) 1996) (31 U.S.C. 3553),
52.222-3 Convict Labor (JUNE 2003) (E.O. 11755),
52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126,
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department Treasury,
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 9OCT 2003) (31 U.S.C. 3332);
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated by Reference (FEB 1998);
252.225-7002 Qualifying Country Sources as Subcontractors
252.232-7003 Electronic Submission of Payment Request (MAY 2006) (10 U.S.C. 2227);
SUP 5252.232-9042 Invoicing and Payment (WAWF) Instructions

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. The following factors shall be used to evaluate offers:

Evaluation Factors, (In Decending order of importance):
(i) Technical capability of the item offered to meet the Government requirement;
(ii) Delivery;
(iii) Price;

Technical capability and Delivery, when combined, are more important than price.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005). Offeror must be registered to the System for Award Management (SAM). The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Electronic submission of quotes: Quotations shall be submitted electronically by email to [email protected] or by facsimile at 619-532-5596, attention Enloe Clemons Phone: 619-532-8103. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions, on or before close of business on September 27, 2013.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 10 Dec 2004 at 5 AM
Florida Not Specified
Location Unknown 26 Aug 2011 at 6 PM
Randolph New jersey 12 Dec 2018 at 8 PM
San francisco California 15 Jul 2010 at 2 PM

Similar Opportunities

Richmond Virginia 09 Jul 2025 at 4 AM
Mechanicsburg Pennsylvania 01 Oct 2025 at 3 AM
Washington District of columbia 25 Jul 2025 at 4 PM