SOLICITATION NOTICE
65 -- Regents
- Notice Date
- 11/15/2005
- Notice Type
- Solicitation Notice
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-06-T-0007
- Response Due
- 11/28/2005
- Archive Date
- 12/13/2005
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERICAL ITEMS PREPARED IN ACCORDANCE WITH THE INFORMATION IN far Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued PAPER COPIES OF THIS SOLICTATION WILL NOT BE AVAILABLE. The RFQ number is N00259-06-T-0007 Closing Date Nov 28, 2005 @ 3:30 p.m. Pacific Standard Time. This solicitation documents and incorporated provisions and clauses in effect through FAC 2005-6. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses; www.arnet.gove/far and www.dtic.mil/dfars. The NAICS code is 325412. This is a Unrestricted competitive action. Naval Medical Center San Diego, Material Management Division request responses from qualified sources capable of providing a standing order for:. Clin 0001: Regent 0.8% Selectogen (2X10ML Vials) QTY: 48 pkg X $________=_$__________. Clin 0002: 0.8% Affirmagen (2x10ML Vials) Qty: 60 pkg X_$__________=_$_____________, Clin 0003 MTS A/B/D Revere cards (48 cards per box) QTY: 180 pkg X$___________=$______________, Clin 0004 MTS Anti-IGG Cards (48 cards per box) QTY: 72 pkg X _$____________=_$_____________, Clin 0005 MTS Manual Pipette Tips (racked) (4x250) QTY: 36 pkg X_$___________= $_____________, Clin 0006 A/B/D MONOCLONAL GROUPING CARDS (48 Cards/pkg) QTY: 24 pkg X$_________X $_____________Clin 0007 Anti-IGG C3D Card (12 Cards/pkg) QTY: 48 pkg X $_____________X $_____________, Clin 0008 0.8% Resolve Panel B (11X3 ML Vials) QTY: 12 pkg X $__________X$_______________, Clin 0009 MTS Diluent(2 4X125ML per box) Qty: 12 pkg X $_________X $____________, Clin 0010 0.8% Resolve Panel A (11x3ML Vials) Qty: 24 pgk X $___________x $__________, Clin 0011 MTS Diluent 2+ (4 x 125ML per box) Qty: 24 pgk X $___________x $___________. Period of Performance: December 05, 2005 thru September 30, 2006 (To be invoice monthly in arrears) The following FAR provisionsand clauses are applicable to this procurement: This acquisition incorporates the following FAR clauses: 52.212-1 Instruction to Offers- Commercial Item (JAN 2004) 52.204-7 Central Contractor Registration (Oct 2003) 52.212-3 Offeror Representations and Certification--Commercial Items , JAN 2004 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, JAN 2004 52.222-3 Convict Labor , JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2004 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity, APR 2002 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001 52.232-18 Availability of Funds APR 1984 252.204-7004 Alt A Required Central Contractor Registration Alternate A, NOV 2003 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DEC 2003 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests DEC 2003 52.212-2, Evaluation Commercial Items (JAN 1999), is applicable to this procurement. While price will be a significant factor in the offers, the final contract will be awarded in a combination of , past performance and Technical Capabilities. The following factors shall be used to evaluate offers: 1) Past Performance: The offeror shall provide information about not more than three of their previous/current contracts that are relevant to the requirements of the solicitation. In order to be considered relevant, the supply/service must have been provided within the last 3 years. The more closely the previous/current contract product/service the solicitation requirements in terms of the range of supplies/service provided and the amount of product/service provided, the more relevant the contract will be considered. The offeror may include contracts that demonstrate the prior experience of corporate officials /teaming partners who will be performing in support of the contract resulting from this solicitation; such contracts shall be clearly notated to show the relationship of the past performance entry to the offeror. The offeror's past performance information must include the following information on each contract: (a) The contract number. (b) The type of product/service provided. (c) Location(s) of supply/service provided. (d) Dates of supply/service provided. (e) Name, organization, and telephone number of a VERIFIED point of contact at the entity for whom product/service were provided. (The Government will be contacting the points of contact to obtain verification and rating of past performance information.) 2) Technical Capabilities. Defined as ?as an assessment of the prospective contractor to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to produce the required product/services must specifically address a management plan in providing the materials. 3) Price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. (End of Clause) All Quoters (Shall include) a completed copy of 52.212-3 with their quote. Contractor must be registered in the Central Contractor Registration database. To access CCR databased log on http://www.ccr.gov. (GSA will be accepted) The Government will award a firm, fixed price contract resulting from this combined sysnopsis/solicitation to the responsive and responsible offeror whose quotes is determined to provide the best value to the Government, price and other factors considered. All responsible sources may submit a quote to Patty Jo Hargis, Naval Medical Center, San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134, FAX 619-532-5596, or by e-mail pjhargis@nmcsd.med.navy.mil.
- Place of Performance
- Address: NAVAL MEDICAL CENTER SAN DIEGO, 34800 BOB WILSON DRIVE, LABORATORY / BLOOD BANK, SAN DIEGO CA
- Zip Code: 92134
- Country: SAN DIEGO
- Zip Code: 92134
- Record
- SN00932339-W 20051117/051115211905 (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 |