Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2012 FBO #3875
SOLICITATION NOTICE

65 -- Microbiological/Bacteriological Culture (U.S. Army Health Clinic Lab, Vicenza, Italy)

Notice Date
7/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F-12-R-0018
 
Response Due
8/1/2012
 
Archive Date
9/30/2012
 
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-12-R-0018 is issued as a request for proposal (RFP). 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 325413. The Europe Regional Contracting Office has a requirement to purchase Microbiological/Bacteriological Culture. The contract line items (CLINs) for this acquisition are as follows: Line Item 0001 Microbiological/Bacteriological Culture (Brand Name or Equal to Becton & Dickinson products listed in technical Exhibit I) to the U.S. Army Health Clinic Vicenza, Italy. Offerors shall submit Unit Prices for all items listed in technical Exhibit I: 212524-Gram Stain Kit 212527-Gram stain decolorizer 221086-TSA slants 221606-PORT-A-Cul transport system 221715-TSB, 5 ml 231264-Ampicillin (AM-10) 10s 231271-Cephalothin (CF-30) 231293-Nitrofurantoina(F/M-300) 231296-Sulfisoxazole(G-25) 10s 231299-Gentamicin (GM-10) 231314-Novobiocin 231321-Penicillin (P-10) 10 units 231539-Trimeth-sulfa(SXT-25) 10s 231591-Cefoxitin (FOX-30) 10s 231629-Amox/clav (AMC-30) 231635-Ceftriaxone(CRO-30) 10s 231647-Norfloxacin (NOR-10) 231650-BD Cefinase 240827-Coag. Plasma Rabbit ED4340827 254025-MacConkey 254050-SSA 254051-TSA 254053-SBA 254062-Mueller-Hinton 150s 261191-KOH 10% ampule 276709-RPR cont cards (see chem inv) 296266-LIM broth 446250-Affirm Collection Swabs 446252-Affirm VP II Kit All vendors must quote Shipping charges to the place of delivery and acceptance: U.S. Army Health Clinic Vicenza, Italy ATTN: Mr Eric Baker Building 113 36100 Vicenza, Italy The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Restrictions on Subcontractor Sales To The Government (SEP 2006) ALT 1 52.203-12 Limitation on Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.211-6 Brand Name or Equal - AUG 1999 52.212-4 Contract Terms and Conditions--Commercial Items - FEB 2012 52.214-34 Submission of Offers in the English Language - APR 1991 52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I - AUG 2007 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008 52.225-14 Inconsistency Between English Version And Translation Of Contract - FEB 2000 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. - NOV 2011 52.232-36 Payment by Third Party - FEB 2010 52.233-3 Protest After Award - AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004 52.242-13 Bankruptcy JUL 1995 52.247-29 F.O.B. Origin - FEB 2006 252.203-7000 Requirements Relating to Compensation of Former DoD Officials - SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights - JAN 2009 252.204-7003 Control Of Government Personnel Work Product - APR 1992 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country - DEC 2006 252.225-7041 Correspondence in English - JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties - JUN 1997 252.229-7003 Tax Exemptions (Italy) - MAR 2012 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 (FEB 2012) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2011 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - MAY 2012 (Deviation) 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) 252.204-7008 Export-Controlled Items (APR 2010) 252.212-7000 Offeror Representations and Certification Commercial Items - JUN 2005 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - DEC 2010 (Deviation) 252.229-7001 Tax Relief (JUN 1997) Alternate I (JUN 1997) 252.203-7005 Representation Relating To Compensation of Former DOD Officials NOV 2011 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 an offer that shows the capability of providing Brand Name or Equal products. Equal products of the brand name manufacturer must meet the following equipment salient characteristics: Factor I - Technical. The Government will evaluate how the offeror met the salient characteristics. - Item B&D 21254 and 21257 (Brand Name or Equal to the Becton & Dickinson products) shall meet all the requirements for traditional bacteriological gram stain performance. - Microbiological culture media B&D 221086; 221715; 254050; 254051; 254053; 254025 and 296266; (Brand Name or Equal to the Becton & Dickinson products), the manufacturer shall, at a minimum: 1. Comply with Code of Federal Regulations (CFR) Part 820: http://www.accessdata.fda.gov/scripts/cdrh/cfdocs/cfcfr/CFRSearch.cfm?CFRPart=820 Subpart H.; Comply with CFR sec. 820.130 ; CFR Sec. 820.140; CFR Sec. 820.150 CFR Sec. 820.160 2. Provide for each lot supplied a Quality Control Certificate in accordance with CLSI standard M22-A3, Table 2, http://www.clsi.org/ (Clinical and Laboratory Standards Institute) 3. Indicate on each Package the medium type, formulation, lot number, expiration date, appropriate handling and storage conditions. 4. Provide technical information indicating basic specifications, general information, recommended uses, media formulations, contamination level, pH, pour depth, volume dispensed, presence/absence of nonviable contaminants, performance criteria to include testing to detect gross contamination, organisms used for growth checks and the expected reactions to include any growth variables including acceptance criteria for each medium type. 5. Maintain documentation indicating that labeled specifications for medium storage and handling were sustained during storage at the point of manufacturer and during distribution before and during delivery to the user. Documentation must be provided to users upon request. 6. Ensure that media furnished is free from cracked or damaged plates, agar detachment from plates, frozen or melted agar, unequal filling of plates, hemolysis for blood containing media, changes in the expected color of the plates, excessive bubbles or rough surfaces, excessive moisture or dehydration, obvious contamination and presence of precipitates. Minimum fill volume of 100 mm plates is 3 mL. 7. Meet all requirements of CLSI publication M22-A3. - Antimicrobial susceptibility testing media B&D 254062 (Brand Name or Equal to the Becton & Dickinson products), the manufacturer shall, in addition to meeting all above specified requirements, comply with requirements in CLSI publication M02-A11 - Items B&D 446252 and 446250 (Brand Name or Equal to the Becton & Dickinson products) shall be FDA certified for use with the Becton Dickinson Affirm VP III Analyzer for DNA detection of Gardnerella vaginalis, Trichomonas vaginalis and Candida albicans. - Item B&D 221606 (Brand Name or Equal to the Becton & Dickinson products) must be designed for injection of body fluids to maintain anaerobic human pathogens viable for a minimum of 48 hours. Must meet all quality controls specifications of CLSI publication M40A. - Item B&D 261191 (Brand Name or Equal to the Becton & Dickinson products) must be designed to reduce or eliminate keratinaceous material in microscopic preparations for the visual detection of fungal elements in human tissue. KOH concentrations of 10% or 20% are acceptable. - Item B&D 231650 (Brand Name or Equal to the Becton & Dickinson products) shall meet all the requirements for nitrocefin-based tests specified in CLSI publication M02-A11. - Items B&D 231264; 231271; 231296; 231293; 231299; 231314; 231321; 231539; 231591; 231629; 231635 and 231647 (Brand Name or Equal to the Becton & Dickinson products) shall be FDA certified products meeting or exceeding requirements of CLSI publication M02-A11 and M100-S22. - Item B&D 240827 (Brand Name or Equal to the Becton & Dickinson products) shall be FDA approved consisting of sterile, lyophilized rabbit plasma with 0.15% EDTA and 0.85% sodium chloride in 3mL vials. - Item B&D 276709 (Brand Name or Equal to the Becton & Dickinson products) shall be FDA approved and consisting of dried spots of negative control, weak positive control and positive control for the 18mm card test for Rapid Plasma Reagin screening for Syphillis, meeting all the latest requirements of the CDC Manual of Tests for Syphilis. Factor II - Price. The Government will select the offer that is based upon the lowest evaluated price, technically acceptable offer. All Items in Technical Exhibit I must be priced by the Offeror. If the Offeror fails to price all Items in technical exhibit I, the offer will not be considered for award. ADDENDUM TO FAR 52.212-2 The Government will issue a Blanket Purchase Agreement (BPA) to the offeror whose offer represents the best value to the Government, price and other factors considered. Award will be made on the basis of Lowest Price, Technically Acceptable (LPTA) offer. If any one salient characteristic below is rated "Unacceptable," then the Government will no longer consider issuing a BPA to that quoter, thus the offeror will be ineligible for award. To be considered for award, offers of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. EVALUATION STANDARDS. The offeror's technical offer will be evaluated using the following standards for a final rating: ACCEPTABLE: An offer that meets the Government's technical requirements identified in the solicitation. UNACCEPTABLE: An offer that fails to meet the Government's technical requirements identified in the solicitation. 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 August 1st 2012, 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-12-R-0018/listing.html)
 
Place of Performance
Address: U.S. Army Health Clinic Vicenza, Italy ATTN: Building 113, Mr Eric Baker Vicenza, Italy IT
Zip Code: 36100
 
Record
SN02792675-W 20120704/120702235748-f23982660ce8812b4811cbe2c1781dbc (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.