Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SOLICITATION NOTICE

65 -- (6550) Renewal of Cost per Test Reagents for ABX Hemotaology Pentra 80

Notice Date
8/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional 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
W91YTZ09T0181
 
Response Due
8/17/2009
 
Archive Date
10/16/2009
 
Point of Contact
Kelly Haukaas, (315)772-1557<br />
 
E-Mail Address
Medcom Contracting Center North Atlantic
(kelly.haukaas@us.army.mil)
 
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. The North Atlantic Regional Contracting office, Fort Drum, NY 13602, intends to solicit, negotiate, and award a contract using full and open competition procedures. This solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-09-T-0181 and is a request for quotation (RFQ). This procurement is not set aside for small business. The Standard Industrial Classification Code is 5047 and the NAICS code of 325413. Delivery will be made to Guthrie Ambulatory Health Care Facility, Fort Drum NY. Provide your Companies Dun and Bradstreet number (DUNS); your cage code; tax ID number; your delivery date, quote, and your Published Price list by item number for evaluation purposes. Award will be made to the Contractor who offer is considered Most Advantageous to the Governemnt and of Best Value to the Government. Requirement includes the following and all quotes must meet all the salient characteristics with no substitutes: Renewal of Cost per Test reagents and lease: ABX HEMATOLOGY PENTRA 80 SILVER SERVICE PACKAGE. Consumable Supplies as follows: ABX CLEANER 1L #23-450-011 Qty 35; ABX EOSINOFIX 1L #23-450-002 Qty 30; ABX ALPHALYSE 0.4L #23-450-100 Qty 34; ABX BASOLYSE II 1L #23-500-016 Qty 59; ABX DILUENT 20L #23-450-009 Qty 41; MINOCAL CALIBRATOR 2x2.5 mL #23-450-708 Qty 2; DIFFTROL 2TRI-LEVEL 3X2.3ML #23-450-036 Qty 6 AND DIFFTROL 2 TRI-LEVEL 12X3ML #23-450-711 Qty 6. Also includes other consumable supplies, technical support and scheduled maintenance service at no additional charge. Responses are to be emailed to Kelly Haukaas at kelly.haukaas@us.army.mil no later than 10:00 AM 17 Aug 2009. The following provisions in their latest editions apply to this solicitation. FAR Clauses and provisions apply and can be viewed at http://www.arnet.gov/far. (1) FAR 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices (including Option Years); (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52.212-3. Offer Representations and Certifications-Commercial items, Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. (2) FAR 52.222-50 Combating Trafficking in Persons (3) FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. Award will be best value. The following factors shall be used to evaluate Offers. PRICE: Price will be evaluated separately from past performance and will be evaluated for fairness and reasonability. Offeror shall provide their published price list with their offer. TECHNICAL: A technical proposal that fails to demonstrate it can meet all requirements of the Salient Characteristics will be determined unacceptable. The Government reserves the right to award to other than the low offeror for better technical capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar (4) FAR 52.204-7, Central Contractor Registration (5) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer. (6) FAR 52.212-4, Contract Terms and Conditions and FAR Clauses 52.217-8 (30 days prior to expiration of the contract), 52.217-9 (a) 30 days; Intent letter within 60 days; 52.232-19 (30 September 2008). (7) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31), (8) FAR 52.217-8, Option to Extend Services (9) FAR 52.219-28, Post-Award Small Business Program Representation (10) FAR 52.222-21, Prohibition of Segregated Facilities (11) FAR 52.222-26, Equal Employment (12) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans (13) FAR 52.222-36, Affirmative Action for Workers with Disabilities (14) FAR 52.222.37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans. (15) FAR 52.225-3, Buy American Act North American Free Trade Agreement (16) FAR 52.232-18, Availability of Funds (18) FAR 52.247-34, FOB Destination (17) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp (18) FAR 52.228-5, Insurance-Work on a Government Installation (19) DFAR 252.225-7000, Buy American Act Balance of Payments Program Certificate (20) DFAR 252.212-7001, Contract Terms (21) DFAR 252.225-7002, Qualifying Country Sources as Subcontractors (22) DFAR 252.232.7003, Electronic Submission of Payment Request and Receiving Report (23) DFAR 252.204-7004, Required CCR
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ09T0181/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC<br />
Zip Code: 20307-5000<br />
 
Record
SN01907312-W 20090813/090812000845-88e6413f9f503bc0abad9cfd7d9ab763 (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.