Federal Bid

Last Updated on 28 Sep 2013 at 8 AM
Combined Synopsis/Solicitation
Center Kentucky

Service Maintenance

Solicitation ID N00259-13-T-0394
Posted Date 11 Sep 2013 at 6 PM
Archive Date 28 Sep 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Center Kentucky United states 34800
This is a combined solicitation/synopsis for commercial items with the intent to award on a sole source basis to American Medical Depot located at: 10315 USA Today Way, Miramar, FL 33025-3902. IAW FAR 13.106-1(b)(1). This sole source is based on American Medical Depot being the sole distributor of Service Maintenance of Styker training equipment that are uniquely engineered and designed as part of an intergrated Boom system and components thereof.

All responsible sources may submit a capability statement, proposal or quotation which shall be considered by the Agency. A determination by the Government not to compete based upon the responses to this notice is within the sole discretion of the Government. Information received normally will only be considered for the purpose of determining whether to conduct a competitive procurement. Paper copies of this solicitation will not be available. The closing date for submitting proposals is September13, 2013 at 10:00AM, Pacific Standard Time.

This announcement constitutes the only request for quotations. No further written solicitation will be issued. The solicitation number is N00259-13-T-0394. This solicitation incorporates provisions and clauses that are 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 the following web address: http://acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 811219: Size: $19.0. This is an unrestricted solicitation with the intent to award to a small business.

All interested Offerors shall submit quotations electronically by email to [email protected] or by facsimile at 619-532-5596, ATTN: Sandra Kretschmar. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations MUST be received on or before September 13, 2013 at 10:00AM, Pacific Standard Time to be considered. All other offers shall be considered non-responsive.

Naval Medical Center San Diego requests responses from qualified sources capable of providing service maintenance of the following items:

CLIN Part # Description Serial #
CLIN0001 240-030-960 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH262C0039
CLIN0002 240-030-961 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH261K0297
CLIN0003 240-030-962 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH261H0204
CLIN0004 240-030-963 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH261H0260
CLIN0005 240-030-964 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH262b0242
CLIN0006 240-030-965 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH262B0286
CLIN0007 240-030-966 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH261H0234
CLIN0008 240-030-967 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH262B0108
CLIN0009 240-030-968 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH261H0202
CLIN0010 240-030-969 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH261H0203
CLIN0011 240-030-970 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH262B0089
CLIN0012 240-030-971 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH262B0131
CLIN0013 240-030-972 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH261H0207
CLIN0014 240-030-973 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH262B0095
CLIN0015 240-030-974 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH262A0142
CLIN0016 240-030-975 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH261H0261
CLIN0017 240-030-976 26IN VISION ELECT HDTV SURGICAL DISPLAY VEH26??????
CLIN0018 220-210-000 L9000 Light Source 11J017384
CLIN0019 220-210-001 L9000 Light Source 11J017264
CLIN0020 220-210-002 L9000 Light Source 11J009614
CLIN0021 220-210-003 L9000 Light Source 11J017344
CLIN0022 220-210-004 L9000 Light Source 11J017284
CLIN0023 220-210-005 L9000 Light Source 11J017334
CLIN0024 220-210-006 L9000 Light Source 11J017354
CLIN0025 220-210-007 L9000 Light Source 11J023314
CLIN0026 220-210-008 L9000 Light Source 11J011024
CLIN0027 220-210-009 L9000 Light Source 11J008184
CLIN0028 220-210-010 L9000 Light Source 11I062094
CLIN0029 220-210-011 L9000 Light Source 11J011034
CLIN0030 220-210-012 L9000 Light Source 11J010984
CLIN0031 220-210-013 L9000 Light Source 11J002354
CLIN0032 220-210-014 L9000 Light Source 11J017264
CLIN0033 220-210-015 L9000 Light Source 11J008014
CLIN0034 220-210-016 L9000 Light Source 11J007234
CLIN0035 1288-010-000 1288HD CAMERA CONTROL UNIT 11J014174
CLIN0036 1288-010-001 1288HD CAMERA CONTROL UNIT 11J016424
CLIN0037 1288-010-002 1288HD CAMERA CONTROL UNIT 11J009354
CLIN0038 1288-010-003 1288HD CAMERA CONTROL UNIT 11J011574
CLIN0039 1288-010-004 1288HD CAMERA CONTROL UNIT 11J014094
CLIN0040 1288-010-005 1288HD CAMERA CONTROL UNIT 11J014184
CLIN0041 1288-010-006 1288HD CAMERA CONTROL UNIT 11J016294
CLIN0042 1288-010-007 1288HD CAMERA CONTROL UNIT 11J016444
CLIN0043 1288-010-008 1288HD CAMERA CONTROL UNIT 11J016374
CLIN0044 1288-010-009 1288HD CAMERA CONTROL UNIT 11J016384
CLIN0045 1288-010-010 1288HD CAMERA CONTROL UNIT 11J016334
CLIN0046 1288-010-011 1288HD CAMERA CONTROL UNIT 11J016314
CLIN0047 1288-010-012 1288HD CAMERA CONTROL UNIT 11J009304
CLIN0048 1288-010-013 1288HD CAMERA CONTROL UNIT 11J014054
CLIN0049 1288-010-014 1288HD CAMERA CONTROL UNIT 11J016394
CLIN0050 1288-010-015 1288HD CAMERA CONTROL UNIT 11J016324
CLIN0051 1288-010-016 1288HD CAMERA CONTROL UNIT 11J016304
CLIN0052 620-040-600 PneumoSure Insufflator 1111CE274
CLIN0053 620-040-601 PneumoSure Insufflator 1111CE033
CLIN0054 620-040-602 PneumoSure Insufflator 1111CE242
CLIN0055 620-040-603 PneumoSure Insufflator 1110CE398
CLIN0056 620-040-604 PneumoSure Insufflator 1111CE272
CLIN0057 620-040-605 PneumoSure Insufflator 1111CE275
CLIN0058 620-040-606 PneumoSure Insufflator 1111CE032
CLIN0059 620-040-607 PneumoSure Insufflator 1110CE403
CLIN0060 620-040-608 PneumoSure Insufflator 1110CE400
CLIN0061 5400-050-000 CORE Console 1205204203
CLIN0062 5400-050-001 CORE Console 1207202723
CLIN0063 5400-050-002 CORE Console 1205204273
CLIN0064 5400-050-003 CORE Console 1207202893
CLIN0065 5400-050-004 CORE Console 1208203773
CLIN0066 5400-050-005 CORE Console 1208704813
CLIN0067 5400-050-006 CORE Console 1205204163
CLIN0068 5400-050-007 CORE Console 1033900953
CLIN0069 5400-050-008 CORE Console 1205204303
CLIN0070 240-050-988 ULTRA DIGITAL CAPTURE DEVICE 11K029414


The following lists salient characteristics that must be met:

• All equipment listed is an integrated part of the Stryker Boom System.
• Replacement or repair of only new original equipment maintenance material in order to integrate with the Stryker Boom System.
• Technician must be fully certified by Stryker and trained due to the high risk involved with these materials as well as warranty related legal matters.

The following factors shall be used to evaluate offers: 1) Salient Characteristics as described herein; 2) Past Performance (Navy recognition, approval and training); 3) Delivery Schedule (requirement date is 19 September 2013); and 4) Price. When combined, salient characteristics, past performance and Delivery makes up a larger percentage of evaluation factors.

Other qualifications that must be met in order to be considered:
1. The Government will only consider firm fixed-price quotations.
2. Offerors must complete and submit quotations IAW FAR provision 52.212-3.
3. Offerors must be registered in the System for Award Managment (hereafter SAM) prior to all awards. The website address for SAM is www.sam.gov.
4. A Data Universal Number System (DUNS) number and cage code is required to register.

The following FAR/DFARS provisions and clauses are applicable to this procurement:

52.204-7 Central Contractor Registration (FEB 2012)

52.204-13 Central Contractor Registration Maintenance (DEC 2012)

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012)

52.209-6 protecting the Government Interest when subcontracting with contractors debarred, suspended, or propsed for debarment (DEC 2010)

52.212-1 Instruction to Offerors-Commercial Item (FEB 2012)

52.212-2 Evaluation Commercial Items (JAN 1999)
Evaluation factors in descending order of importance: 1) Salient Characteristics; 2) Past Performance; 3) Delivery Schedule; and 4) Price.

52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012)

52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or EOs--Commercial Items (MAR 2012)

52.219-28 Post Award Small Business Program Representation (APR 2012)

52.222-3 Convict Labor (JUN 2003)

52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012)

52.222-21 Prohibition of Segregated Facilities (FEB 1999)

52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010),

52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)

52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)

52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
http://acquisition.gov; www.acq.osd.mil

52.252-2 Clauses Incorporated By Reference (FEB 1998)
http://acquisition.gov; www.acq.osd.mil

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012)

252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011)

252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003)

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)

Bid Protests Not Available

Similar Past Bids

Location Unknown 16 May 2008 at 3 PM
Pike New hampshire 09 Apr 2009 at 3 PM
Tacoma Washington 02 May 2012 at 8 PM
Lackland air force base Texas 11 Sep 2003 at 5 AM

Similar Opportunities

Bedford Massachusetts 09 Jul 2025 at 6 PM