Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2004 FBO #0999
SOLICITATION NOTICE

65 -- LABORATORY SUPPLIES 01 OCT. 2004 THRU 30 SEPT. 2005, ONE CONTRACT, MULTIPLE DELIVERIES TO NAVAL CLINIC FALLON NEVADA

Notice Date
8/19/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024404T0935
 
Response Due
9/2/2004
 
Archive Date
10/2/2004
 
Point of Contact
CINDY LAMMENS 619-532-2411
 
E-Mail Address
Email your questions to Click here to email the contract specialist
(cynthia.lammens@navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. This is a combined synopsis / solicitation for full and open competition for commercial items prepared in accordance with FAR 12 and 15 and 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 SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-04-T-0935 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 and DFAR Change Notices effective through 1/31/02. The standard industrial code is 5169 (NAICS 339111), And the business size standard is 100. The following is a description of the requirement: The Fleet and Industrial Supply Center, San Diego, Ca. is soliciting offers for Branch Medical Clinic Fallon Nevada for laboratory supplies commencing 01 Oct. 2004 through 30 Sept. 2005. One contractor to furnish all items. Thirty three line items, multiple delivery dates. See solicitation for delivery schedule. It. 1 #23042305, MLTSTX REAG STRP 10 SG 24PKG, IT. 2 # SA087750 SURE VUE HCG URINE/SERUM 12 PKGS, IT. 3 #B21290X TSA W/5% SB/MACCONK 24 PKG, IT. 4 #B21239X TRYPT SOY AGR W/5% BLOOD 24 PKG, IT. 5 #23030125 URNLYSS CNTRL LEV1 HI4X15ML/PK 12 PK, IT. 6 #23030127 URNLYSS CNTL LEV3 NOR4X15ML/PK 12 PKG, IT. 7 #01683101 ECLIPSE BLOOD COLLEC NDL 48/PK 36 PKG, IT.8 #02683102 ECLIPSE BLD COLL NDL 22G 48/PK 36 PKG, IT. 9 #22 362252 BNDG FB SLFADH 1.5? CLPK 48/CS 12 CS, IT. 10 #1146268C GLV LTX EVOLUT 1 PF M 100/PK, SHELF LIFE ONE YEAR 36 PKGS, IT. 11 #1146268D GLV LTX EVOLUT 1 PF L 100/PK SHELF LIFE ONE YEAR 12 PKS, IT. 12 #137119A GRAD TRNS PPT NS 5.8ML 500/P! K 12 PKS, IT. 13 #SA087413 SURE-VUE HCG CONT URINE, 3VL/PK SHELF LIFE ONE YEAR 12 PKG, IT. 14 #NC9037244 STRECK ONYX PACK 2/PK HAZARDOUS MATL 36 PKS, IT. 15 #SA087712 SURE-VUE HCG CONT SERUM, 3VL/PK SHELF LIFE ONE YEAR 12 PKGS, IT. 16 #B31042 A TAXO DISCS SHELF LIFE 6 MO 6 EA, IT. 17 #WA84M4 MONO PLUS 30 TEST/KIT 4 KITS, IT. 18 #1371169 CUP ORG CAP 90ML ST 400/CS SHELF LIFE 3 YEARS 3 CASES, IT. 19 #AM2159 CLINITEST REAG TABLETS 100/PK HAZARDOUS MAT, SHELF LIFE 1 YR 2 PKS, IT. 20 #23038009 SURE-VUE RPR 100TEST/PK 12 PKS, IT. 21#23042614 STRECK-KLEEN 10L FOR POL SHELF LIFE 18M 3 EA, IT. 22 #1171635 PARA 12 12X4.5ML LNH 12/PK 6 PKS, IT. 23#23285540 CAL CHEX 3X3.0ML 3/PK 4 PKS, IT. 24 #02664 BLD COLL SFTY 12? 23GX3/4 50/PK 3 PKS, IT. 25 #026642 BLD COLL SFTY 12? 25GX3/4 50/PK SHELF LIFE 2Y 2 PKS, IT. 26#22023828 SHARPS CONTNR LG NT 8QT 24/CS 1 CASE, IT. 27 #14375239 URINE TUBES 15ML 500EA/CS 3 CASES, IT. 28 #23751784 HEMAQUICK II, 1 GAL HAZARDOUS MAT ! 3 GALLONS, IT. 29 #23281407 GRAM?S STAIN STAT PK 60ML 4/PK 3 PKGS, IT. 30 #19050550B GLV NTRL EXM FM ALOE MD 10/PK/CS 2 CASES, IT. 31 #19050221D FB GLV NITRL EXAM PF LG 100/PK LATEX FREE 2 CASES, IT. 32 #AM2591 ICTOTEST REAG TABLETS 100/BTL 4 BOTTLES, IT. 33 HAZARDOUS MATERIAL CHARGE 1 LOT. ALL items are to be delivered FOB DEST. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies as well as the following addendum clauses: FAR 52.211-5, Material Requirements, FAR 52.212-3 Offeror Reps and Certs, FAR 52.214-21 Descriptive Literature, 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.232-8 Discounts for prompt payment, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor, FAR 52.233-1 Disputes, FAR 52.243-1 changes-fixed price, far 52.246-2 Inspection of Supplies-Fixed Price, FAR 52.247-34 FOB Destination, FAR 52.249-1 Termination for Convenience, FAR 52.249-8 Default, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. FAR 52.217-8 AND 52.217-9 Option to extend contract. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Provision 52.212-2, Evaluation ? Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price. The following factors shall be used to evaluate offers. (Factor 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for Line Items 0001. (Factor 2) Past Performance, contractors to submit previous three (3) contract numbers, names of agencies/companies and contacts for past three years. (Factor 3) price Offerors? proposals will be evaluated first under factor 1 above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. Failure to meet the minimum criteria for this factor will render the offer to be technically unacceptable and to not be considered for award. See paragraph b below. Only those offers which meet the minimum technical requirements required by Factor 1 will be further evaluated under Factors 2 and 3. In the second step of evaluating those offers determined under Factor 1 to be technically acceptable., Factor 2 is approximately equal to Factor 3, price. At the discretion of the Contracting Officer, the Government intends to evaluate proposals and award a contract without discussions with offerors. Each initial offer should, therefore contain the Offeror?s best terms from both a price and technical standpoint. (b) Technical capability of proposed item to meet the requirement, Factor 1, will be assessed by evaluating either commercial product brochures or technical information submitted in response to FAR Clause 52.212-1, instructions to offerors ? commercial items, subparagraph (b) 4 which is incorporated by reference in this solicitation. Offerors? technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors? technical information, will be evaluated as technically acceptable or technical unacceptable. Offers which are determined to be technically unacceptable may not be considered further for award. ? Offeror?s Past Performance information submitted as required by FAR Clause 52.212-1, instructions to Offerors ? Commercial items, Subparagraph (6) 10, will be used to make a determination of whether the offeror has a satisfactory record of past performance. Offerors should, therefore, provide performance history and references to demonstrate satisfactory performance for up to three prior similar contracts performed within the past three years. Past Performance information should be provided on the form provided as in attachment to this solicitation. Information utilized will be obtained from these references as well as any other sources who may have relevant information. Offers which lack relevant past performance history will receive a neutral rating for this factor. Any offeror?s proposal which has no relevant past performance history, while rated neutral, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to the proposals of other offerors. The Contracting Officer will evaluate Offeror?s past performance as follows: Neutral: No relevant past performance available for evaluation. Offeror has asserted that it has no relevant directly related or similar past performance experience. Proposal receives no merit or demerit for this factor. Outstanding: No risk anticipated with delivery of quality product, on time, or of any degration of performance, or lack of customer satisfaction based upon offeror?s past performance. Satisfactory: Very little risk anticipated with delivery of quality product, on time, or of degradation of performance, or lack of customer satisfaction based upon the offeror?s past performance. Marginal: Significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based upon the offeror?s past performance. (d) Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (e) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (of part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 30 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 9/8/04 3:00 PM, local time Offerors will be accepted via fax (619-532-1088) or via e-mail (Cynthia.Lammens@navy.mil)or Federal Express to FISC San Diego 937 N. Harbor Drive 7th floor, code 240, San Diego, Ca. 92132-0060. Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher . Offerors shall provide at least three references on the form below: Past Performance Data Sheet: Offeror?s Past Performance Data N00244-04-T-0935 Company Name: Address: Contact Name: Telephone: Fax number: 1. This Performance Data is to be used to evaluate your Company?s past performance in meeting contract cost/price, technical, and delivery objectives. 2. List Performance Data on your three most recently completed Federal Government contracts (not to exceed three years since completion) for like or similar items required by this solicitation. If you do not have five Federal Government contracts, then list state, local, or commercial contracts, in that order, to complete this report. 3. Contract number for reference #1: a. awarded by: b. address: c. city/state/zip: d. contact name: e. telephone/fax: f. contract type: g. item description: h. quantity: i. Yes* No Was consideration or a monetary withhold assessed against this contract for non-conforming supplies/services? j. Yes* No Was, or is, any part of this contract terminated for default or involved in litigation? k. Yes* No Was any warranty work completed on delivered items? l. Yes* No Were all items delivered within the original contract schedule? m. Yes* No Has your company received any quality awards in the past three years? n. For all answers with an asterisk, please provide an explanation. Describe any corrective actions initiated to solve any of the above-described problems/deficiencies on this contract. Discuss the success of the corrective actions taken. Note: Offeror?s to complete the above form for three separate prior contracts.
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00647734-W 20040821/040819212823 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.