Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2007 FBO #2070
SOLICITATION NOTICE

65 -- ATIPAMEZOLE HYDROCHLORIDE AND MEDETIMIDINE / DOMITOR

Notice Date
7/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
325411 — Medicinal and Botanical 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
W91YTZ07T0132
 
Response Due
8/1/2007
 
Archive Date
9/30/2007
 
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-07-T-0132 and is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Ac quisition Circular 2005-17. The North American Industry Classification System Code (NAICS) for this procurement is 325411; the Standard Industrial Classification Code is 2833 and the small business size standard is 500. This is an unrestricted procurement. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, has a requirement for 200 vials of ATIPAMEZOLE HYDROCHLORIDE, 10ml, Multidose Vial. UNIT PRICE $_________, TOTAL CLIN $_____________. 200 vials of MEDETOMIDINE INJECTION, 10ml Multidose Vial. UNIT PRICE $____________, TOTAL CLIN $__________ to be delivered not later than 7 days after award to: SR MEDDAC MED SUPPLY ACTV CL VIII, Womack Army Medical Center, BLDG 4-2817 Reilly Road, Fort Bragg, NC 28310-5000. The Government intends to make a Sole Source award to Pfizer Animal Health. The following FAR Clauses and Provisions in their latest editions apply to this solicitation. (1) Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Provision 52.212-1, Instructions to Offerors-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 pri ce standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. (2) FAR 52.212-3, Offeror Representations and Certifications  Commercial Items; an authorized representa tive of the offeror must sign these representations and certifications and must be included with the offer. The resulting firm fixed price award will incorporate the requirements of the following clauses: (3) FAR 52.212-4, Contract Terms and Conditions  Commercial Items; (4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items to include the Provisions of 52.219-6, 52.222-36, 52.222-37, 52.225-1, 52.225-3, and 52.225-13. (5) FAR 52.232-33, Paym ent by Electronic Funds Transfer-Central Contractor Registration; (6) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); (7) DFAR Clause 252.204-7004 ALT A, Required Central Contractor Registration (NOV 2003), 252.225-7000 Buy Ame rican Act  Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program; all of which apply to this solicitation. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.ar net.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar. Responses are to be faxed to George Locke at 910-907-9307 or emailed to george.locke@na.amedd.army.mil no later than 1000 hours (10 AM) on 1 August 2007.
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
Country: US
 
Record
SN01353589-W 20070728/070726222352 (fbodaily.com)
 
Source
FedBizOpps 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.