Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2008 FBO #2364
SOLICITATION NOTICE

65 -- Purchase of Quest reagents and rental of Triturus EIA Analyzer for the Pathology Dept at Carl R. Darnall Army Medical Center, Fort Hood TX.

Notice Date
5/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424210 — Drugs and Druggists' Sundries Merchant Wholesalers
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W45XTR80841051
 
Response Due
5/15/2008
 
Point of Contact
VIRGINIA GONZALES, 210-916-2873
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation W45XTR80841051 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. This acquisition is solicited on a 100% Small Business Set-Aside basis for NAICS 424210, size standard 100 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name items. NOTE: Request pricing for the Reagents listed below (base year). Item No. DescriptionQuantity UnitUnit PriceAmount 0001Rental of Analyzer1 Each___________________ Triturus ELISA Analyzer With PC Controller, ColorMonitor, Printer, Operating Software, 1 year warranty CAT# 219500 0002QuestSyphillis IgG72Kits___________________ Cat# 01-580 (18 kits per mo) 0003Quest ANA Screening12Kits___________________ Cat# 01-310H (3 kits per month 0004 Quest EBV-VCA IgG8Kits___________________ Cat# 01-470 (2 kits per month) 0005 Quest EBV-VCA IgM8 Kits___________________ Cat# 01-480 (2 kits per month) 0006 Quest Rubella IgG28Kits___________________ Cat# 01-100 (7 kits per month) 0007Quest RF IgG12Kits___________________ Cat# 1139G (3 kits per month) 0008Quest Varicella Zoster IgG20Kits___________________ Cat# 01-180 (5 kits per month) 0009Shipping Cost for Triturus1Each___________________ Analyzer, one time cost, Delivery by UPS The following represents the quantities estimated for the option years, 12 months per option year, 1 Oct 08 to 30 Sep 2012. If the prices will change from year to year, provide a price breakout for each option year. Item No. DescriptionQuantity UnitUnit PriceAmount 0001QuestSyphillis IgG216Kits___________________ Cat# 01-580 (18 kits per mo) 0002Quest ANA Screening36Kits___________________ Cat# 01-310H (3 kits per month 0003 Quest EBV-VCA IgG24Kits___________________ Cat# 01-470 (2 kits per month) 0004 Quest EBV-VCA IgM24 Kits___________________ Cat# 01-480 (2 kits per month) 0005 Quest Rubella IgG84Kits___________________ Cat# 01-100 (7 kits per month) 0006Quest RF IgG36Kits___________________ Cat# 1139G (3 kits per month) 0007Quest Varicella Zoster IgG60Kits___________________ Cat# 01-180 (5 kits per month) SALIENT CHARACTERISTICS FOR THE TRITURUS ELISA ANALYZER BRAND NAME OR EQUAL: ANALYZER MUST PROVIDE ON-BOARD BARCODE SCANNING OF PATIENT SAMPLES AND REAGENTS. CANNOT UTILIZE A SYSTEM THAT HAS A HAND HELD SCANNER. THE ON-BOARD SCANNING PREVENTS PATIENT TESTING ERRORS DUE TO THE WRONG PLACEMENT OF THE PATIENT SAMPLES. ANALYZER MUST PROVIDE A BI-DIRECTIONAL INTERFACE WITH CHCS AND MUST PROVIDE ALL REQUESTED TESTING KITS AS A STANDARD MENU. ALSO, ALL REAGENT KITS AND EQUIPMENT SUPPORT MUST BE PROVIDED BY THE EQUIPMENT MANUFACTURER. EMPHASIS IS PLACED ON THE SYPHILLIS TESTING KIT. SYPHILLIS TESTING IS THE LARGEST VOLUME TESTS UTILIZED ON THE ELISA ANALYZER. TO SUPPORT OUR MISSION, WE MUST HAVE AN ANALYZER THAT PROIVDES THIS TESTING AS PART OF THEIR MENU. THE CONTRACT SHALL BE ALL FROM ONE COMPANY FOR EQUIPMENT AND REAGENTS. THIS PROVIDES CONTINUOUS SUPPORT FOR TROUBLESHOOTING AND WILL PROVIDE QUICKER TURNAROUND TIMES FOR REPORTING PATIENT RESULTS. LINE ITEMS 0001 TO 0007 ARE THE ASSOCIATED REAGENTS NEEDED FOR USE ON THE BRAND NAME OR EQUAL SYSTEM. Performance Period: Date of Award to 30 Sep 2008 with four 12 month option periods through September 2012 to Carl R. Darnall Army Medical Center, Pathology, Building 36000, Fort Hood TX 76544-7181. FOB: Destination. Vendors shall comply with FAR 52.211-6 if submitting other than the brand name products. FAR clause 52.211-6 (and other provisions and clauses throughout this solicitation) can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. Federal Acquisition Regulation (FAR) provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All Offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation of Quotes: (a)The Government will issue an order from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price andother factors considered. The following factors shall be used to evaluate quotes: Technical capability, past performance, and price. (b) Provide the following information with your quote: 1. Technical Capability: If providing an equal equipment, quotes must comply with FAR provision 52.211-6, Brand Name or Equal. 2.Past Performance: Attached to this solicitation is a Past Performance Questionnaire to be completed by three customers of the same or similar equipment or services. Vendors are responsible for ensuring copleted questionnaires are submitted to the Great Plains Regional Contracting Office by the RFQs closing date and time (see address and point of contact information at the end of this RFQ). 3.Price. Award will be on an all or none basis. Vendors must submit their quotes by the due date and time below. Quotes received at other than the stated address will not be considered for award. (d) Evaluation Process: All quotes will be evaluated in accordance with the following criteria: 1. The awrd decision will be based upon the best value offered to the Government and not solely on price and price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of all factors. 2. Technical and Past Performance are more significant than price. Technical and Past Performance, when combined, are substantially more significant than Price. However, Price could become the determinative selection factor if the quality of the proposal is determined to be essentially equal, or if a proposal deemed superior in technical quality is determined not to be worth the high price premium. The trade-off between technical merit and price could result in awarding to other than low offeror. The following FAR and DFARS provisions and clauses apply to this solicitation: FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items]; FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items]; 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] with these sub clauses: 52.203-6 [Restrictions on Subcontractor Sales to the Government], 52.219-6 [Notice of Small Business Set-Aside], 52.219-8 [Utilization of Small Business Concerns]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities]; 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]. 252.212-7000 [Offeror Representations and Commercial Items]; 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with these sub clauses: 52.203-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.225-7012 [Preference for Certain Domestic Commodities]; 252.225-7021 [Trade Agreements]; 252.232-7003 [Electronic Submission of Payment Requests]; 252.243-7002 [Requests for Equitable Adjustment]; 252.247-7023 [Transportation of Supplies by Sea]. In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 [Preference for Domestic Specialty Metals, Alternate I], 252.237-7019 [Training for Contractor Personnel Interacting with Detainees], 252.247-7023 [Transportation of Supplies by Sea], 252.247-7024 [Notification of Transportation of Supplies by Sea]. DFARS 252.211-7003 [Item Identification and Evaluation] applies to this solicitation. The closing date and time of this solicitation is 23 May 2008, 4:00 p.m. CST. Quotes shall be submitted and signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: Virginia Gonzales, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 916-1750, Attn: Virginia Gonzales; e-mail: virginia.gonzales@amedd.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Virginia Gonzales, telephone: (210) 916-2873; email: Virginia.Gonzales@amedd.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5b21c58722cc4ecd7b34f48a696f9442&tab=core&_cview=1)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01573818-W 20080517/080515215859-5b21c58722cc4ecd7b34f48a696f9442 (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.