SOLICITATION NOTICE
65 -- Purchase of Reagent and Disposables for Brooke Army Medical Center
- Notice Date
- 8/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- 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
- W81K00-09-T-0305
- Response Due
- 8/22/2009
- Archive Date
- 10/21/2009
- Point of Contact
- Lydia Trevino, (210) 221-4868<br />
- E-Mail Address
-
Great Plains Regional Contracting Ofc
(lydia.trevino@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. This is a solicitation W81K00-09-T-0305 of purchase request W81NWY91334002 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413. Size standard is 500 employees. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for In-Vitro Diagnostic Substance Manufacturing for Brooke Army Medical Center, Fort Sam Houston, TX 78234. Quantities are to be ordered as needed during the performance period of 1 Oct 2009 through 30 Sep 2010 (base year) plus four option years through 30 Sep 2014, FOB Destination. NOTE TO CONTRACTORS: Please submit pricing for each CLIN for the base period and option years through September 2014. Line Item No. 0001: STAR Evolution Expert Series with Cap Piercing, CAT#58162 or equal, to include 24/7 warranty and post warranty service at no cost to the government on a cost per reportable result basis; Quantity: 2 each; Performance period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0002: Powervar UPS with line conditioning, CAT# 58160S or equal; at no cost to the government on a cost per reportable result basis; Quantity: 2 each; Performance period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item 0003: Method Validation (Routine and Special) CAT#1216 or equal; at no cost to the government on a cost per reportable result basis; Quantity: 1 each; Performance period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item 0004: STA Neoplastine CL+10, CAT#0667 or equal; Quantity: 56 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item 0005: STA PTT Automate 5, CAT#0595 or equal; Quantity: 46 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item 0006: STA CaC12 (0.025 M), CAT#0367 or equal; Quantity: 7 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item 0007: STA Fibrinogen 5, CAT#0674 or equal; Quantity: 12 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0008: STA Owren Koller, CAT#0360 or equal; Quantity: 7 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0009: STA Coag Control N+ABN, CAT#0676 or equal; Quantity: 72 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0010: STA Desorb U, CAT#0975 or equal; Quantity: 90 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0011: STA Cleaner Solution, CAT#0973 or equal; Quantity: 50 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0012: STA Maxi-Reducer, CAT#0801 or equal; Quantity: 19 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0013: STA Cuvettes, CAT#38669 or equal; Quantity: 19 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0014: STA Liatest D Di, CAT#0515 or equal; Quantity: 38 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0015: STA Liatest Control N+P, CAT#0526 or equal; Quantity: 72 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0016: STA Thrombin 2, CAT#0611 or equal; Quantity: 30 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0017: STA Rotachrom Heparin 8, CAT#0661 or equal; Quantity: 27 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0018: STA Unicalibrator, CAT#0675 or equal; Quantity: 7 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0019: STA System Control N+P, CAT#0678 or equal; Quantity: 10 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0020: STA Hepanorm H, CAT#0684 or equal; Quantity: 2 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0021: STA Calibrator HBPM/LMWH, CAT#0685 or equal; Quantity: 3 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0022: STA Quality HBPM/LMWH, CAT#0686 or equal; Quantity: 72 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0023: STA Deficient IX, CAT#0724 or equal; Quantity: 12 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0024: STA Deficient VIII, CAT#0725 or equal; Quantity: 12 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). Line Item No. 0025: STA Microcups (for Reagents), CAT#0802 or equal; Quantity: 38 each; Performance Period: 1 Oct 2009 through 30 Sep 2010 (base period). NOTES: (1) Vendor Management Program. All vendors and/or commercial sales representatives that are conducting business with or providing service to Brooke Army Medical Center are required to enroll on the facilitys vendor management program. Vendors/representatives must register at www.vcsdatabase.com (2) The required Salient Characteristics are identified within each Line Item above. Award will be made on an ALL OR NONE basis, brand name or equal. The following FAR and DFARS provisions and clauses apply to this solicitation: Delivery shall be FOB Destination to Brooke Army Medical Center, Fort Sam Houston, TX. Pricing quote shall include all applicable fees. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.211-6 Brand Name or Equal. 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 including subparagraphs: 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, 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, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for the Next Fiscal Year and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.212-7010 Levies on Contract Payments; 52.211-6 Brand Name or Equal. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain in detail how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the product offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 22 Aug 2009, 12:00 PM, Central Standard Time. Submit offers via email to Lydia.Trevino@us.army.mil. Place of performance: Brooke Army Medical Center 3851 Roger Brooke Drive Fort Sam Houston, TX 78234 UNITED STATES Contact: Lydia Trevino, Contract Specialist, Phone 210-221-4868, Email Lydia.Trevino@us.army.mil Contracting Office Address: Great Plains Regional Contracting Office MCAA GP BAMC 3851 Roger Brooke L31-9V Fort Sam Houston, TX 78234-6200 Point of Contact: Lydia Trevino, (210) 221-4868
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0305/listing.html)
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
- Zip Code: 78234-6200<br />
- Zip Code: 78234-6200<br />
- Record
- SN01909735-W 20090814/090813001839-1e45302c0ef9f812a4185203ed3e7a53 (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 |