SOLICITATION NOTICE
W -- RENTAL/LEASE OF VITROS 250 CHEMISTRY ANALYZER
- Notice Date
- 8/2/2005
- Notice Type
- Solicitation Notice
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
- ZIP Code
- 96860-4549
- Solicitation Number
- Reference-Number-N0060405T0739
- Response Due
- 8/10/2005
- Archive Date
- 8/25/2005
- Description
- Fleet & Industrial Supply Center (FISC) , Pearl Harbor (PH) intends to award a Sole Source contract to ORTHO CLINICAL DIAGNOSTIC, 100 Indigo Creek Drive, Rochester, New York 14626-6510 for CONTINUOUS LEASE OF THE JOHNSON & JOHNSON VITROS 250 CHEMISTRY ANALYZERS located at Naval Health Kaneohe Bay and Makalapa Clinics located on Oahu, Hawaii. This announcement constitutes the only solicitation; proposals are being required and a written solicitation will not be issued. The contract period of performance is from 01 October 2005 to 30 September 2006. This is a combined synopsis/solicitation for the acquisition of commercial services prepared in accordance with FAR Subpart 12.6 format, as supplemented with additional information included in this announcement. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. All responsible sources may submit a proposal in response to this synopsis, which shall be considered. This synopsis/solicitation is being issued as a Request For Proposal (RFP), for a Firm Fixed Price type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular (FAC) 2005-4 and DFARS Change Notice 20050621. The Federal Supply Code (FSC) is W065. The NAICS code and the small business size standard for this procurement are 532490 and $6.0M, respectively. Contractor must be registered in the Central Contractor Registration (CCR) database (https://www.bpn.gov) to be eligible for DoD contract awards. Lack of registration in the CCR database will make an Offeror ineligible for award. All qualified responsible business sources may submit a proposal, which shall be considered by the agency. REQUIREMENTS: (1) Rental of the J&J Vitros 25 chemistry analyzer at Kaneohe Bay. QTY: 1 Year; (2) at Kaneohe location- MAG HDL CHOL Adapters BX/10 2 ea@ $_____and Solution (7% BSA) bix.12 bottles/ 4 ea @ $____. Qty: 1 Lot. Customer will order routine slide 0.205 and supplies as needed.; (3) Rental of the J&J Vitros 25 chemistry analyzer at Makalapa Clinic. QTY: 1 Year. (4) Full service to be provided at the Makalapa location 24 hours a day, seven (7) days a week. Qty: 1 Lot; (5) Magnesium Pack/ 300 slides at Makalapa location. QTY: 1556 each Customer will order supplies as needed.; (6) Makalapa location- MAG HDL CHOL Adapters BX/10 2 ea@ $_____and Solution (7% BSA) bix.12 bottles/ 4 ea @ $____. Qty: 1 Lot .The following clauses, which may be obtained at http://www.205.130.237.11/far are applicable: FAR 52.212-1 Instructions to Offerors-Commercial Items, UNIT PRICES (FISC PEARL HARBOR) (JULY 2005), Contractor?s unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the Contractor that submitted the prices. If the Contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 204) are currently to be completed on line at http://orca.bpn.gov/; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2005); 52.219-8 Utilization of Small Business Concerns (MAY 2004); 52.219-9 Small Business Subcontracting Plan (Jan 2002); 52.222-21Prohibition of Segregated Facilities (Feb 1998); 52.222-26 Equal Opportunity (APR 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, (Dec 2000); 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33 Payment by EFT ?CCR; 52.213-2 Invoices (Apr 1984); 52.215-5 Facsimile Proposals;; 52.232-18 Availability of Funds (Apr 1984); DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (Nov 1995); DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2005); 252.247-7023 Transportation of Supplies by Sea (May 2002); 252.232-7003 Electronic Submission of Payment Requests (Jan 2004); REPRESENTATIVE OF THE CONTRACTOR (FISCPH) (JUL 2005) In the event your firm receives a contract as a result of this solicitation, designate a person whom the Government may contact during the period of the contract for prompt contract administration. Name: Company Name: Title: Address: Telephone: Fax: and E-mail Address. REVIEW OF AGENCY PROTESTS (FISCPH) (JUL 2005) (a) The contracting activity, FISC, Pearl Harbor (FISCPH), will process agency protests in accordance with the requirements set forth in FAR 33.103(d). (b) Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Deputy Director, Regional Contracting Department (Code 200A), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the ?Contracting Officer? or ?Reviewing Official?. (d) Offerors should note this review of the Contracting Officer?s decision will not extend GAO?s timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action; and Evaluation Factors For Award (Low Cost, Technically Acceptable (FISCPH) (Jul 2005) Award of the contract resulting form this solicitation will be made to the responsible Offeror whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation, and the lowest cost or price. Past Performance shall be evaluated in terms of FAR 9.103 Responsible Prospective Contractors. The Government reserves the right to judge which proposals show the required capability. The Government also reserves the right to eliminate from further consideration those proposals, which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. All prospective offerors, interested in submitting a proposal for this solicitation shall include your company name, address, telephone number and point of contact, fax number, e-mail address and Commercial Entity (CAGE) code. Offerors are requested to submit their offer using the Standard Form 1449, Solicitation/Contract Order for Commercial Items form which can be found at http://www.forms.gov/bgfPortal/citizen.portal . The completed Representations and Certifications, completed at http://orca.bpn.gov/ must be submitted with your quote. Proposals mailed to Regional Contracting Dept., FISC, Code 203.DA, Attn: Deborah Alberto, 1942 Gaffney St, Ste. 100, Pearl Harbor, HI 96860-4549, emailed to Deborah.alberto@navy.mil or faxed to (808) 473-0811 or (808) 473-5750. Quotations are due 2 pm Hawaii Standard Time (HST) on 10 Aug 2005.
- Place of Performance
- Address: ISLAND OF OAHU HAWAII (KANEOHE AND PEARL HARBOR)
- Record
- SN00860658-W 20050804/050802212811 (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 |