Federal Bid

Last Updated on 17 Feb 2018 at 9 AM
Combined Synopsis/Solicitation
David Kentucky

Knee Revision

Solicitation ID W91YTZ-18-T-0113
Posted Date 31 Jan 2018 at 7 PM
Archive Date 17 Feb 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Regional Health Contracting Office - Atlantic
Agency Department Of Defense
Location David Kentucky United states
This is a combined synopsis/solicitation 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 the only solicitation: quotes are being requested and a written
solicitation will not be issued. Solicitation number W91YTZ-18-T-0113 is issued as a Request
for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular FAC 2005-95 and Defense Federal
Acquisition Supplement Publication (DPN) 20161222.
This acquisition is issued on an UNRESTRICTED FULL AND OPEN basis under NAICS code
339113 and size standard is 750. The Government anticipates awarding a single award issued
as Firm Fixed Price. The requirement of this solicitation is to provide a one-time buy for a DePuy
Sigma Knee System for Eisenhower Army Medical Center, Fort Gordon, GA. All responsible
sources may submit a quotation which shall be considered by the agency.
Quotes are due by 2 February 2018 at 12:00 pm EST. Questions must be submitted via
email no later than 2 February 2018 at 12:00 pm EST. Quotes and questions shall be
submitted via email to [email protected].
This is a brand name or equal solicitation. The brand name is Sigma Knee Revision System.
If submitting an "or equal" quote, the offer must comply with the Addendum to FAR 52.212-1
and FAR 52.211-6, Brand Name or Equal.
ITEM NO 0001. Sigma Knee Revision System
QTY: 1 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________
TOTAL tiny_mce_marker_____________
Delivery Address
Eisenhower Army Medical Center
300 Hospital Road
Fort Gordon, GA 30905
SOLICITATION PROVISIONS
52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2017)
Addendum to 52.212-1 (Local Provision (LP) 5004)
Para (b) Submission of Offers: The following supplements this paragraph with respect to the
information and documents required for submission in response to this solicitation.
All responsible offerors must submit:
- Technical Description of items being offered (see note)
- Clin/Item Number Pricing (filled out)
- Company's Dunn and Bradstreet number (DUNS)
- CAGE code
- Delivery Time
- Company Contact Information, for evaluation purposes.
2��
- Fill out and return 52.212-3 Alt I (Registration in SAM can be substituted for FAR 52.212-
3 Alt I. The information in SAM must be current and complete before an award can be
made. Contractor shall not have any Active Exclusion Record in SAM.
NOTE: If providing an "equal" item(s), comply with FAR Provision 52.211-6, Brand Name or
Equal. Explain in detail how the proposed items will meet the salient characteristics of the items
as specified here in the solicitation. Offerors shall demonstrate that the product proposed
complies with the technical requirements described in the salient characteristics via the
submission of a written capability statement, product literature, or other materials, with their
offer. Offerors shall cross-reference their product to its "equal" in the solicitation via the use of
part numbers or another methodology that clearly identifies what the submitted product is
"equal" to. Offerors shall ensure their proposed quantities result in the same number of items
required, as identified in the solicitation.
Salient Characteristics:
Performance
1 each Sigma Knee Revision and Instrumentation or equivalent with vendor rep available in the
operating room during patient specific surgery scheduled for 05 Feburary 2018. The SIGMA®
High Performance Partial Knee is a unique system comprised of unicondylar and patellofemoral
implants and a full range of state-of-the-art instruments to perform both of these procedures.
The system's implants are designed to treat degenerative joint disease one compartment at a
time: medial uni, lateral uni and patellofemoral. This allows the surgeon to replace only the
affected compartment, leaving healthy bone, cartilage and ligaments intact. The modularity of
the system addresses one of the main reasons for early intervention revision, disease
progression. Because of the ability to maintain the ACL with this system, normal kinematics in
activities of daily living can be achieved. The uni components are designed for patients who
require a higher than normal degree of flexion, providing support up to 155 degrees. The
combination of a highly polished cobalt chrome tray with a moderately cross linked polyethylene
insert is designed to help reduce backside wear. The system is complemented by High
Performance instruments offering precision, efficiency and accuracy. The surgical technique
using these instruments is robust and reproducible, taking only the amount of bone necessary,
preserving bone and soft tissue
(m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions
included herein are incorporated into this solicitation either by reference or in full text. If
incorporated by reference, see provision 52.252-1 for locations where full text can be obtained.
(End of Provision)
52.209-2 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC
CORPORATIONS - REPRESENTATIONS (NOV 2015)
52.209-11 - REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX
LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)
52.209-12 - CERTIFICATION REGARDING TAX MATTERS (FEB 2016)
52.211-6 -- BRAND NAME OR EQUAL (AUG 1999)
52.214-34 - SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991)
52.222-56 - CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE
PLAN (MAR 2015)
52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO
IRAN-CERTIFICATION (OCT 2015)
3��
52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998);
http://farsite.hill.af.mil/
52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (Insert "DoD FAR
Supplement (48 CFR Chapter 2)" in paragraph (b))
252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD
OFFICIALS (NOV 2011)
252.204-7004 - ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014)
252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION
CONTROLS (DEVIATION 2016-O0001)(OCT 2015)
252.204-7011 -- ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (See Clins)
252.215-7007 -- NOTICE OF INTENT TO RESOLICIT (JUN 2012)
252.215-7008 -- ONLY ONE OFFER (OCT 2013)
252.222-7007 - REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS
(JAN 2015)
252.225-7050 -- DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF
A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014)
252.247-7022 -- REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG
1992)
(End of Addendum to 52.212-1)
52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014)
HCAA Local Clause 5005 (LPTA)
Addendum to 52.212-2
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: Lowest
Price Technically Accepted (LPTA). Award may be made without discussions with offerors
(except communications conducted for the purpose of minor clarification). Therefore, each
initial offer should contain the offeror's best terms from a technical and price standpoint.
However, the Government reserves the right to conduct discussions if it is later determined by
the contracting officer to be necessary.
Paragraph (a) is hereby replaced with the following:
(a). The Government will award a Firm-Fixed-Price contract resulting from this solicitation, to
the responsible offer conforming to the solicitation that is lowest price technical
acceptability. The following factors shall be used to evaluate offers:
1. In Accordance with Brand Name or Equal FAR 52.211-6. Sigma Knee System
to be considered for award, offers of "equal" products, including "equal" products of the
brand name manufacturer, must -
a. Meet the salient physical, functional, or performance characteristic
specified below and in this solicitation;
b. Clearly identify the item by-
(i) Brand name, if any; and
4��
(ii) Make or model number
c. Include descriptive literature such as illustrations, drawings, or a clear
reference to previous furnished descriptive data or information available
to the Contracting Officer; and clearly describe any modification the
offeror plans to make in a product to make it conform to the solicitation
requirements. Mark any descriptive material to clearly show the
modification.
d. Product Quality: Provide evidence for the quality of product.
e. Warranty for product detailing length of service coverage, parts
covered must be included.
f. Price will be evaluated for fairness and reasonability in terms of:
(i) That the prices are consistent with and reflect the proposed
requirement.
(ii) Pricing will be evaluated for fair and reasonable in terms of the
Government's requirements. The Government is interested in
proposals that meet the requirements with acceptable risk, at the
lowest price technically acceptable.
g. Quoters shall submit quotes to Gordon Health Contracting Cell Office to
arrive no later than 12:00 PM eastern standard time on 26 January, 2018.
Quotes can be submitted via email to [email protected]. Mailed
and faxed submissions are not acceptable.
h. Evaluation Process: All quotes will be evaluated on overall product
quality, warranty, service repair and price. Must meet the functional
characteristics referenced. The award decision will be based on the
Lowest Price Acceptable.
(End of
Provision)
(End of Addendum to 52.212-2)
52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS
(MAR 2015) ALTERNATE I (OCT 2014)
CONTRACT CLAUSES
52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (JAN 2017)
5��
Addendum to 52.212-4 (Local Clause (LC) 5003
The following policy applies only if the contractor will be on the Government installation for more
than thirty (30) days.
(v) Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual
Assault Prevention and Response Program (SHARP).
The contractor shall comply with OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting
Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and
Response Program (SHARP), 12 Nov 2013. The SHARP reporting requirements apply only to
knowledge obtained by contractor personnel while performing services under this contract.
The contractor shall require all Contract Service Providers (CSP) with knowledge of an incident
of sexual assault occurring on a Government facility, to include a Government leased facility,
where the contractor is providing services under this contract, to report the incident to the
contractor who shall immediately (within 24 hours) report the incident in writing to the
government's COR. All incidents shall be reported whether they involve contractor personnel or
Government personnel, or other individuals.
The contractor shall require all CSPs with knowledge of an incident of sexual harassment
occurring on a Government facility, to include a Government leased facility, where the
contractor is providing services under this contract, to report the incident to the contractor who
shall immediately (within 24 hours) report the incident in writing to the government's COR. All
incidents shall be reported whether they involve contractor personnel or Government personnel,
or other individuals.
(w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included
herein are incorporated into this contract either by reference or in full text. If incorporated by
reference, see clause 52.252-2 for locations where full text can be found. Also, the full text of a
clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/
https://acquisition.gov/far/index.html
52.204-10 -- REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT
AWARDS (OCT 2016)
52.204-21 - BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION
SYSTEMS (JUN 2016)
52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING
WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
(OCT 2015)
52.219-4 -- NOTICE OF PRICE EVALUATION PERFERENCE FOR HUBZONE SMALL
BUSINESS CONCERNS (OCT 2014)
52.219-6 - NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011)
52.222-19 -- CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN
2014)
52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (APR 2015) (EEO)
52.222-26-EQUAL OPPPRTUNITY (APR 2015)
52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015)
52.223-3 - HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN
1997)
6��
52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011)
52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE
DRIVING (AUG 2011)
52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD
MANAGEMENT (JUL 2013)
52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS
SUBCONTRACTORS (DEC 2013)
52.233-3 -- PROTEST AFTER AWARD (AUG 1996)
52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
52.237-2 -- PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION
(APR 1984)
252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD
OFFICIALS (SEP 2011)
252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS
(SEP 2013)
252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
252.225-7036 - BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS
PROGRAM (AUG 2016)
252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013)
252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING
REPORTS (JUN 2012)
252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)
252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006)
52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC
CORPORATIONS (DEC 2014)
52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL
2013)
52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (Insert "DoD FAR
Supplement (48 CFR Chapter 2)" in paragraph (b))
252.203-7999 -- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE
CERTAIN INTERNAL CONFIDENTIALITY AGREEMEMNTS (DEVIATION 2015-O0010) (FEB
2015)
252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL
INFORMATION (OCT 2016)
252.204 - 7015 - DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT
CONTRACTORS (MAY 2016)
252.211-7003 -- ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013)
252.244-7000 -- SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013)
iRAPT (LC 5002) (Formally known as WAWF)
HIPPA (LC 5001)
(End of Addendum to 52.212-4)
52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS
(JAN 2017) (DEVIATION 2013-O0019)
7��
��
��
Bid Protests Not Available

Similar Past Bids

David Kentucky 19 Jun 2017 at 5 PM
David Kentucky 19 Jun 2017 at 6 PM
David Kentucky 11 Jan 2018 at 7 PM
David Kentucky 30 Jan 2017 at 6 PM
David Kentucky 21 Dec 2016 at 7 PM

Similar Opportunities

Location Unknown 08 Jul 2025 at 4 AM
Location Unknown 07 Jul 2025 at 4 AM
Patuxent river Maryland 13 Mar 2026 at 4 AM (estimated)
Location Unknown 25 Jul 2025 at 8 PM