This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Solicitation number W9114F-14-T-0087 is issued as a request for quotation (RFQ).
Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423450.
The Europe Regional Contracting Office has a requirement to purchase SynFrame retractor system, SynFrame anterior lumbar spine system and accessories (Brand Name or Equal).
The contract line items (CLINs) for this acquisition are as follows:
Note: Manufacturer for Line Items 0001-0022 is Synthes. Refer to manufacturer's part number for item description.
Line Item No: 0001
SynFrame Standard Access System
Quantity: 1 each
Part No: 187.310
(Line Item No: 0001 consists of Line Items 0001AA-0001AM)
Line Item 0001AA:
SynFrame Angeled Rod Holder
Quantity: 2 each
Part No: 387.343
Line Item 0001AB:
SynFrame Tube-to-Tube Rod
Quantity: 2 each
Part No: 387.353
Line Item 0001AC:
SynFrame Connecting Rod
Quantity: 2 each
Part No: 387.345
Line Item 0001AD:
SynFrame Holding Ring Two Piece
Quantity: 1 each
Part No: 387.336
Line Item 0001AE:
SynFrame Lengthener
Quantity: 2 each
Part No: 387.338
Line Item 0001AF:
SynFrame Guide Rod
Quantity: 6 each
Part No: 387.358
Line Item 0001AG:
Large Hexagonal Screwdriver
Quantity: 1 each
Part No: 314.27
Line Item 0001AH:
SynFrame Angle Rod
Quantity: 2 each
Part No: 387.344
Line Item 0001AJ:
Socket Wrench with Straight Handle
Quantity: 1 each
Part No: 388.14
Line Item 0001AK:
SynFrame Graphic Case
Quantity: 1 each
Part No: 690.017
Line Item 0001AL:
SynFrame Insulated Table Clamp
Quantity: 2 each
Part No: 387.346
Line Item 0001AM:
SynFrame Ring Clamp
Quantity: 8 each
Part No: 387.347
Line Item 0002:
SynFrame Anterior Lumbar Spine
Quantity: 1 each
Part No: 187.316
(Line Item No: 0002 consists of Line Items 0002AA-0002AH)
Line Item 0002AA:
SynFrame Retractor 60MM
Quantity: 4 each
Part No: 387.391
Line Item 0002AB:
SynFrame Retractor 80MM
Quantity: 4 each
Part No: 387.392
Line Item 0002AC:
SynFrame Retractor 100MM
Quantity: 4 each
Part No: 387.393
Line Item 0002AD:
SynFrame Retractor 120MM
Quantity: 4 each
Part No: 387.394
Line Item 0002AE:
SynFrame Retractor 140MM
Quantity: 4 each
Part No: 387.395
Line Item 0002AF:
SynFrame Retractor 160MM
Quantity: 4 each
Part No: 387.396
Line Item 0002AG:
Light Guide
Quantity: 1 each
Part No: 387.362
Line Item 0002AH:
SynFrame Retractor Graphic Case
Quantity: 1 each
Part No: 690.018
Line Item 0003:
Door-to-Door delivery to Landstuhl Regional Medical Center, Germany
Quantity: 1 each
All vendors must quote Shipping to the place of delivery and acceptance:
Property Management Branch
3739 Bldg, Kirchberg
Landstuhl, Germany
The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition:
CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2013)
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred,
Suspended, or Proposed ofr Debarment. (DEC 2010)
52.211-6 Brand Name or Equal - AUG 1999
52.212-1 Instructions to Offerors-Commercial Items (FEB 2012)
52.212-2 Evaluation-Commercial Items (Jan 1999)
52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012
52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008
52.225-25 Prohibition on Contracting with Entities in Certain Activities or Transactions Relating
to Iran-Representation and Certifications. (DEC 2012)
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration- OCT 2003
52.233-3 Protest After Award - AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004
52.247-34 F.O.B. Destination - NOV 1991
252.203-7000 Requirements Relating to Compensation of Former DoD Officials - SEP 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights - JAN 2009
252.204-7003 Control Of Government Personnel Work Product - APR 1992
252-225-7042 Authorization to Perform - APR 2003
252.229-7002 Custom Exemptions (Germany) - JUN 1997
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012)
252.232-7008 Assignment of Claims (Overseas)- JUN 1997
252.232-7010 Levies on Contract Payments - DEC 2006
252.233-7001 Choice of Law (Overseas) - JUN 1997
252-243-7001 Pricing of Contract Modifications - DEC 1991
CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT
52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2011
52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders -
Commercial Items - JAN 2013 (Deviation)
52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I - AUG 2007
52.252-1 Solicitation Provisions Incorporated by Reference - FEB 1998
52.252-2 Clauses Incorporated by Reference - FEB 1998
52.252-5 Authorized Deviations in Provisions (APR 1984)
52.252-6 Authorized Deviations in Clauses (Apr 1984)
252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011)
252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Laibility Or a Felony Conviction Under Any Federal Law (Deviation 2013-O0010 (APR 2013)
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - DEC 2010 (Deviation)
252.225-7048 Export-Controlled Items (JUN 2013)
252.244-7000 Subcontracts for Commercial Items - JUN 2013
ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - FEB 2012
The vendor must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment technical factors:
Factor 1: Equipment must be capable of meeting AORN/ANSI recommended sterilization standards/parameters
Factor 2: Equipment must be capable of use with Wolf, ACMI, Storz and Stryker light cords/systems
Factor 3: Equipment must be stored in its own specific instrument pan/case capable of meeting AORN/ANSI sterilization parameters
Factor 4: Contractor must meet all salient characteristics.
Factor 5: Equipment must possess or meet FDA certification requirements.
Factor 6: The delivered equipment shall be new and not a used or re-manufactured product.
Factor 7: Equipment must be warranted to be free from material and workmanship defect for at least 1 year.
Factor 8: Ability to provide types of preventative maintenance procedures, user training and warranty that shows the frequency and time committed to perform each type of task per shift, per day, per week, per month, per year to sustain an operational system.
ADDENDUM TO FAR 52.212-2
The Government will issue a Purchase Order to the quoter whose quote represents the best value to the Government, price and other factors considered. Award will be made on the basis of Lowest Price, Technically Acceptable (LPTA) quote. If any Technical requirement below is rated quote mark Unacceptable, quote mark then the Government will no longer consider issuing a Purchase Order to that quoter, thus the quoter will be ineligible for award.
EVALUATION STANDARDS. The quoter's technical quote will be evaluated using the following standards for a final rating:
ACCEPTABLE: A quote that offers a product which meets all technical requirements identified in the solicitation.
UNACCEPTABLE: A quote that offers a product which fails to meet one or more of the technical requirements identified in the solicitation.
ADDENDUM TO FAR 52.212-4
Amend Para (a) to include - The contractor will provide the following:
1) Two copies of the Operator's Manuals in English.
2) Two copies of the Maintenance Manuals in English.
3) Display and control labels will be in English.
4) Statement of warranty terms and conditions in English.
5) FDA approved, 510K compliant as required.
6) The delivered equipment shall be new and not a used or re-manufactured product.
(v) 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 herein for locations where full text can be found.
(w) LOCAL SHARP: Advisory publications
Army Regulation 600-20, Army Command Policy, 20 Sep 2012
OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Responses Program (SHARP), 12 Nov 2013
SPECIAL NOTE: All vendors must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via Internet at http://www.sam.gov. All quotes are due by August 25, 2014 before 4:00PM Central European Time. Offers may be sent via email to
[email protected] .
The point of contact for this acquisition is T Walker, phone # 011-49-6371-9464-5406 or at email
[email protected]
Bid Protests Not Available