SOLICITATION NOTICE
65 -- Womack Army Medical Center, Fort Bragg, North Carolina has a requirement for a Standing Order for Lyphocheck Immunoassay Plus products for FY 05 and four option periods.
- Notice Date
- 8/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W91YTZ-04-T-0156
- Response Due
- 8/27/2004
- Archive Date
- 10/26/2004
- Point of Contact
- Anita.Adcock, 910-907-9303
- E-Mail Address
-
Email your questions to Medcom Contracting Center North Atlantic
(anita.adcock@na.amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. This is solicitation number W91YTZ-04-T-0156 and is a request for quotation (RFQ). This is an unrestricted procurement. The Standard Industrial Classification Code is 2835 and the small business size standard is 500 employees. The North American Industry Classification System Code is 325413. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, has a requirement for a Standing Order for Lyphocheck Immunoassay Plus products for FY 05, 1 October 2004 through 30 September 2005 with four one-year option periods. The requirement includes: Bio-Rad Liquichek Immunoassay Plus Control Level 1, #361, 12x5ml, 12 bx (Ship 3 bx every three months); Liquichek Immunoassay Plus Control Level 3, #363, 12x5ml, 12 bx (Ship 3 bx every three months); Liquichek Urine Chemistry Control Level 1, #397, 12x10, 12 bx (Ship 3 bx every three months); Liquichek Urine Chemistry Control Level 2, #398, 12x10ml, 12 bx (Ship three bx every three months); Liquic hek Diabetes Control, #740, 12x5ml, 16 bx (Ship 4 bx every three months); Spinal Fluid Control, #751, 6x3ml, 20 bx; Spinal Fluid Control Level 2, #752, 6x3ml, 20 bx (Ship 5 bx every three months); Lipids Liquichek Control Level 1, #641, 6x3ml, 16 bx (Ship 4 bx every three months); Lipids Liquichek Control Level 2, #642, 6x3ml, 16 bx (Ship 4 bx every three months); Cardiac Marker Level 1 # 646, 6x3 ml, 20 bx; Cardiac Marker Level 2, #647, 6x3ml, 20 bx (ship 5 bx every three months); Cardiac Marker Level 3, #648, 6x3ml, 20 bx (Ship 5 bx every three months).The Government intends to make a sole source award for the services described herein to Bio-Rad Laboratories, Inc. All offers received in response to this solicitation will be considered. Responses will b e used to determine whether bonafide competition exists. If offering an equal item, provide complete technical documentation and specifications to be able to evaluate. Responses are to be faxed to Anita Adcock at 910-907-9307 or emailed to anita.adcock@n a.amedd.army.mil no later than 10:00 hours on 27 August 2004. It is now a requirement that all contractors doing business with the Department of Defense be registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register). Of ferors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Provision 52.212-1, Instructions to Offeror-Commercial Items. As stated in this provision, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussions if later and determ ined by the Contracting Officer to be necessary. 52.212-2 Evaluation - Commercial Items. 52.212-3, Offeror Representations and Certifications Commercial Items; an authorized representative of the offeror must sign these representations and certifica tions and must be included with the offer. The resulting firm fixed price award will incorporate the requirements of the following clauses: 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5, Contract Terms and Conditions Required to Im plement Statutes or Executive Orders Commercial Items; with applicable FAR Clauses: 52.222-36 and 52.222-37. DFAR Clauses: 252.225-7000 Buy American Act Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program. Evaluation factors: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the so licitation will be most advantageous to the Government, price and other factors considered. GENERAL INFORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarde d price. Monthly payment under the terms of the contract will be made in arrears. The following FAR provisions and clauses apply to this solicitation: 52.212-1, Instructions to Offerors- Commercial; 52.222-21 Prohibition of Segregated Facilities; 52.2 22-26 Equal Employment; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; and 52.225-3 Buy American Act North American Free Trade Agreement; 52.228-5 Insurance-Work on a Government I nstallation; 252.204-7004 Required CCR; 52.217-8 Option to Extend Services; 52.232-18, Availability of Funds; 252.212-7001 Contract Terms, 252.232-7003 Electronic Submission of Payment Requests; 252.204-7004 Required Central Contractor Registration; 252 .225-7002 Qualifying Country Sources as Subcontractors. (Contractor to include a completed copy of the following provisions with quote) 52.212-3 Offeror Reps and Certs; Referenced provisions and clauses may be accessed electronically at these addresse s: http://www.arnet.gov/far; http://farsite.hil.af.mil; http://www.dtic.mil/dfar.
- Place of Performance
- Address: Womack Army Medical Center Bldg 4-2817 Reilly Road Fort Bragg NC
- Zip Code: 20310-5000
- Country: US
- Zip Code: 20310-5000
- Record
- SN00647631-W 20040821/040819212617 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |