QTY 60, Evicel Fibrin, Part#3905, Ethicon or similar
QTY 64, Surgiflo Hemostatic Matrix, Part #3905, Ethicon or similar
QTY 4, Endoscopic Applicator, #1995A, Ethicon or similar
QTY 1, Blake 19FR 10/CS Drain, #2232, Ethicon or similar
QTY 1, Laproscopic Rigid Tip, #3908, Ethicon or similar
QTY 1, Neuro Strip Sponge, #801408, Ethicon or similar
QTY 1, Codman Raney Clip, #20-1037, Ethicon or similar
QTY 1, Artic Tissue Sealer 5mm 35cm CUR, #NSLG2C35A, Ethicon or similar
QTY 1, Ethibond CT-2 48", #DC557, Ethicon or similar
QTY 4, Suture Dexon/Vicryl/Polys, #D9907, Ethicon or similar
Delivery is 20 OCTOBER 2014. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The follow FAR provision and clauses are applicable to this procurement:
52.212-1, Instructions to Offerors- Commercial Items;
52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items;
52.212-4, Contract Terms and Conditions- Commercial Items;
and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items.
52.204-10 Reporting Executive Compensation and First-Tier
52.219-28 Post Award Small Business Program Representation
52.222-3 Convict Labor
52.222-19 Child Labor-Cooperation with Authorities and Remedies
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.223-18 Contractor Policy to ban Text Messaging while Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration
Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Most clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.212-7000, Offeror Representations and Certifications- Commercial Items and
252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items including
225-7001 Buy American Act and Balance of Payment Program and
252.232-7001 Electronic Submission of Payment Requests.
52.204-99 (Dev) System for Award Management Registration (Deviation)
52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (Deviation)
52.211-6 Brand Name or Equal
RAPID GATE NCACS Program Implementation Instruction
This announcement will close at 10:00 AM, Pacific Standard Time on 26 September 2014. Submit your quotes officially and electronically through or FBO. For questions, please contact Jasmine Adriano Lucht via email ONLY at [email protected]. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote that shall be considered by the agency.
52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- a combination of price, technical capability of the item offered to meet the Government requirement, and past delivery performance. Technical and past performance, when combined, are the same as price.
Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://sam.gov.
All quotes shall include price(s), FOB point, a point contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet of specifications and requirements.
The quoter shall submit, as part of its quote, information on previously performed contract or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contract that the Government feels are most relevant to the RFQ.