Naval Medical Center San Diego (NMCSD) has a requirement for restock of medical supplies used in Hip Arthroscopy diagnostic procedures with labral repair that align with Government owned equipment, a Stryker hip scope. The required supplies needed must meet the following: 1) Have a bridge adaptor that works with the Government owned Stryker equipment. 2) Have a polymer cannula that adapts to the Hip Stryker scope and bridge. 3) Have a polymer cannula that must have a 4mm working diameter that will ensure capsule incisions can be made. 4) Be a 1.4mm Peek anchor with straight and curved capabilities that must align to Government owned Stryker guides. The instrumentation must meet the following specifications in order to be determined as technically acceptable.
The Request for Quotation (RFQ) number is N0025917Q0030. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-91 and DFARS Publication Notice 20161021. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 334510 and the Small Business Standard is 1250. This is a competitive, unrestricted action. The Small Business Office concurs with the set-aside determination.
The Naval Medical Center San Diego (NMCSD) requests responses from qualified sources capable of providing the restock of the following items that must meet the salient characteristics described above:
CLIN Description Qty Unit Price
0001: Flowport II Cannula (2) with Obturator; Stryker 165mm;02438 6 $
0002: Champion Slingshot Suture passer; Left 02854 6 $
0003: Champion Slingshot Suture passer; Right 02855 6 $
0004: Samuri Blade; Full Radius; 0227 6 $
0005: Slingshot Suture manager 45 degree Up; 02589 6 $
0006: NanoTack Suture Anchor; 1.4mm w/flex inserter 01858 15 $
0007: NanoPass Suture manager; Reach Cresent; 01858 6 $
0008: Portal Entry Kit; 00241 6 $
0009: ProCinch Reverse Tensioning; 0234-102-060 6 $
0010: NanoTack Flex Drill Bit; 01859 5 $
0011: TransPort Cannula; 08mm; length 7,8,9 00224 6 $
0012: TransPort Cannula; 08mm; length 4,5,6 00223 6 $
Delivery must be on or before November 25, 2016; Delivery Location is 34800 Bob Wilson Drive San Diego, CA 92134. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
The following FAR provisions and clauses are applicable to this procurement:
52.204-7 Data Universal Numbering System Number
52.204-13 System for Award Management
52.204-16 Commercial and Government Entity Code Reporting
52.204-19 Incorporation by Reference of Representations and Certifications
52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
52.212-1 Instructions to Offerors - Commercial Items
52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items;
52.212-4 Contract Terms and Conditions - Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial
52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L. 108-77, 108-78 (19 U.S.C. 3805 note))
52.204-10 Sub Contracting
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, S Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.219-28 Post Award Small Business Program Representation
52-222-3 Convict Labor
52.222-19 Child Labor
52.222-21 Prohibition of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Affirmative Action for Workers with Disabilities
52.222.50 Human trafficking
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
52.252-1, Solicitation Provisions Incorporated by Reference
52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and
Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating To Compensation of Former DoD Officials
252.203-7001 Prohibition on Persons Convicted of Fraud or Other Defense-Contract-Related Felonies DEC 2008
252.203-7002 Requirements to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating To Compensation of Former DoD Officials
252.204-7000 Disclosure of Information
252.204-7003 Control of Government Personnel Work Product
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information
252.204.7011 Alternative Line Item Structure
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.
252.204-7013, Limitations on the Use or Disclosure of Information by Litigation Support Offerors
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
252.211-7008 Use of Government-Assigned Serial Numbers
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program-- Basic
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048 Export-Controlled Items JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS
252.232-7010 Levies on Contract Payments
252.237-7024, Notice of Continuation of Essential Contractor Services
252.239-7018 Supply Chain Risk
252.244-7000 Subcontracts for Commercial Items
This announcement will close at 0600am PST on 16 November 2016. Contact Christopher J. Jennen who can be reached at 619-532-8100 or email [email protected]. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
Procedures in FAR 13.106 are 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 and technically acceptable low bids past performance.
Offerors must be registered in the System for Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
All quotes shall include price(s), FOB point, a point of 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 Offeror to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********