Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
SOLICITATION NOTICE

65 -- Hematology Laser Analyzer - Bio-Chemistry Analyzer - Lab Information Management System - Veterinary

Notice Date
6/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F-11-T-0033
 
Response Due
7/20/2011
 
Archive Date
9/18/2011
 
Point of Contact
Domenico Maddaloni, 011496371867043
 
E-Mail Address
European Regional Contracting Office
(domenico.maddaloni@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. Solicitation number W9114F-11-T0033 is issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423450. The Europe Regional Contracting Office has a requirement to purchase one (1) Hematology Laser Analyzer, one (1) Bio-Chemistry Analyzer and one (1) Laboratory Information Management System. The contract line items (CLINs) for this acquisition are as follows: Line Item 0001 Hematology Analyzer (IDEXX ProCyte Dx ) Brand Name or equal. Qty: 1 each Line Item 0002 Bio-Chemistry Analyzer (IDEXX Catalyst Dx ) Brand Name or equal. Qty: 1 each Line Item 0003 Laboratory Information Management System (VetLab Station) Brand Name or equal. Qty: 1 each Price quoted must include the following: 1. One (1) year warranty. 2. Statement of warranty terms and conditions in English. 3. Electrical requirements 220/240v, 50Hz 4. Operators manual in English per unit 5. Maintenance manual in English per unit 6. Display and control labels in English All vendors must quote FOB Destination. The place of delivery and acceptance will be door to door to: US. Army Public Health Command ATTN: Elisabetta Risso Caserma Ederle, Bldg 169 Via della Pace, 36100 Vicenza (VI), Italy The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.211-6 Brand Name or Equal - AUG 1999 52.212-4 Contract Terms and Conditions--Commercial Items - MAR 2009 52.214-34 Submission of Offers in the English Language - APR 1991 52.222-19 Child Labor--Cooperation with Authorities and Remedies - AUG 2009 52.222-50 Combating Trafficking in Persons - Feb 2009 52.223-18 CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008 52.233-3 Protest After Award - AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004 52.247-34 F.O.B. Destination - FEB 2006 252.203-7000 Requirements Relating to Compensation of Former DoD Officials - JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights - JAN 2009 252.204-7008 Export-Controlled Items 252.211-7003 Item Identification and Valuation AUG 2008 252.225-7041 Correspondence in English - JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties - JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAR 2008 252.232-7008 Assignment of Claims (Overseas)- JUN 1997 252.232-7010 Levies on Contract Payments - DEC 2006 252.233-7001 Choice of Law (Overseas) - JUN 1997 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2002 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - DEC 2009 (Deviation) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010) 52.252-1 Solicitation Provisions incorporated by Reference - FEB 1998 52.252-2 Clauses incorporated by Reference - FEB 1998 52.252-5 Authorized deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - JUL 2009 (Deviation) 252.229-7001 Tax Relief - ALT I - JUN 1997 252.229-7003 Tax Exemptions (ITALY) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAR 2008 INVOICING INSTRUCTIONS WAWF/DFAS ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - JUN 2008 The vendor must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment salient characteristics: Factor I - Technical. The vendor's quote shall show compliance with the listed salient characteristics. Line Item 1 1.Quoted products must be, at a minimum, capable to provide real-time results of laboratory-quality complete blood counts (CBCs), including a true five-part differential and reticulocyte count, and a validated results of, at a minimum, 24 different blood parameters. 2. Quoted products must be, at a minimum, capable to provide results for five species (canine, feline, equine, bovine and ferret). 3. Quoted products must be able to provide results using, as less as, 30 L of anticoagulated blood. 4. Quoted products must be able to generate, save and store electronic diagnostic results in a laboratory information management system. Line Item 2 5. Quoted products must be, at a minimum, capable to run multiple samples simultaneously to include real-time results of pre-anesthetic screenings. 6. Quoted products must be pre-loaded, at a minimum, with seven (7) testing panels and twenty-seven (27) different tests. Line Item 3 7. Quoted product must be able to integrate and report results from equipments in Line Item 1 and 2. 8. Quoted product must be able to save, store and integrate access to historical data. Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINs shall have been priced by the vendor. If the vendor failed to price all CLINs, the quote will not be considered for award. (NOTE: Failure to receive an acceptable rating of any of the salient characteristics will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected.) ADDENDUM TO FAR 52.212-2 The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. EVALUATION STANDARDS. Award will be made on a lowest priced, technically acceptable quote that is rated acceptable for all of the stated salient characteristics using the following standards for a final rating: ACCEPTABLE: A quote that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. UNACCEPTABLE: A quote that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. SPECIAL NOTE: All vendors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All quotes are due by July 20th 2011, before 4pm Central European Time. Offers may be sent via email to domenico.maddaloni@us.army.mil, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Domenico Maddaloni, phone # 011 49 6371 86 7043 or at domenico.maddaloni@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-11-T-0033/listing.html)
 
Place of Performance
Address: US. Army Public Health Command ATTN: Elisabetta Risso, Caserma Ederle, Bldg 169, Via della Pace Vicenza (VI), Italy IT
Zip Code: 36100
 
Record
SN02478767-W 20110623/110621235314-25ea28d24cd50a2d3b9d27ae40abbb05 (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.