Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
SOLICITATION NOTICE

66 -- TLi IQ Testing Kits

Notice Date
9/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV12R0049
 
Response Due
9/21/2012
 
Archive Date
11/20/2012
 
Point of Contact
Valerie DeVeaux, (706) 787-8438
 
E-Mail Address
Southeast Regional Contracting Office
(valerie.deveaux@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 solicitation number is W91YTV-12-R-0049. This acquisition is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The North American Industry Classification System Code (NAICS) for this procurement is: 325413 Size Standard: 500 Employees. The Standard Industrial Classification Code is 6630. Proposals are being requested and a written solicitation will not be issued. This requirement is Unrestricted. Fort Campbell Pathology Department, Fort Campbell, KY has a requirement for Reagent Rental of Adeza TLi IQ Analyzer, Rapid fFN Cassette Kits, Rapid fFN Controls, consumable supplies and equipment maintenance. The Adeza TLi IQ Analyzer is used for use in testing Full Term Fetal Fibronectin. Item No. 0001: Reagent Rental of Adeza TLi IQ Analyzer, Rapid fFN Cassette Kits, Rapid fFN Controls, consumable supplies and equipment maintenance. Period of Performance: 1 Oct 2012 - 30 Sep 2013 Item No. 0001AA: 36,750 EA TLi IQ Reagent Rental of Adeza TLi IQ Analyzer, Rapid fFN Cassette Kits, Rapid fFN Controls, consumable supplies and equipment maintenance. Unit Price: ____________ Total: ______________________ Item No. 0002: Contract Manpower Reporting Unit Price: ____________ Total: ______________________ Grand Total Base Period: _____________________ Item No. 1001: Reagent Rental of Adeza TLi IQ Analyzer, Rapid fFN Cassette Kits, Rapid fFN Controls, consumable supplies and equipment maintenance. Period of Performance: 1 Oct 2012 - 30 Sep 2013 Item No. 1001AA: 36,750 EA TLi IQ Reagent Rental of Adeza TLi IQ Analyzer, Rapid fFN Cassette Kits, Rapid fFN Controls, consumable supplies and equipment maintenance. Unit Price: ____________ Total: ______________________ Item No. 1002: Contract Manpower Reporting Unit Price: ____________ Total: ______________________ Option Year 1 Total: _____________________ Item No. 2001: Reagent Rental of Adeza TLi IQ Analyzer, Rapid fFN Cassette Kits, Rapid fFN Controls, consumable supplies and equipment maintenance. Period of Performance: 1 Oct 2014 - 30 Sep 2015 Item No. 2001AA: 36,750 EA TLi IQ Reagent Rental of Adeza TLi IQ Analyzer, Rapid fFN Cassette Kits, Rapid fFN Controls, consumable supplies and equipment maintenance Unit Price: ____________ Total: ______________________ Item No. 2002: Contract Manpower Reporting Unit Price: ____________ Total: ______________________ Option Year 2 Total: _____________________ Item No. 3001: Reagent Rental of Adeza TLi IQ Analyzer, Rapid fFN Cassette Kits, Rapid fFN Controls, consumable supplies and equipment maintenance. Period of Performance: 1 Oct 2015 - 30 Sep 2016 Item No. 3001AA: 36,750 EA TLi IQ Reagent Rental of Adeza TLi IQ Analyzer, Rapid fFN Cassette Kits, Rapid fFN Controls, consumable supplies and equipment maintenance Unit Price: ____________ Total: ______________________ Item No. 3002: Contract Manpower Reporting Unit Price: ____________ Total: ______________________ Option Year 3 Total: _____________________ Item No. 4001: Reagent Rental of Adeza TLi IQ Analyzer, Rapid fFN Cassette Kits, Rapid fFN Controls, consumable supplies and equipment maintenance. Period of Performance: 1 Oct 2016 - 30 Sep 2017 Item No. 4001AA: 36,750 EA TLi IQ Reagent Rental of Adeza TLi IQ Analyzer, Rapid fFN Cassette Kits, Rapid fFN Controls, consumable supplies and equipment maintenance Unit Price: ____________ Total: ______________________ Item No. 4002: Contract Manpower Reporting Unit Price: ____________ Total: ______________________ Option Year 4 Total: _____________________ Total Base Plus 4 Option Years $__________________ THE SOLICITATION MUST BE QUOTED ALL OR NONE. SUBSITUTE ITEMS: If you plan to provide other that the brand cited in the purchase description, provide in your response the brand name and the catalogue or part number you intend to furnish and the characteristic of the substitute item that are equivalent to the brand name. Also provide all documents which clearly describe the substitute item(s) so that it/they can be evaluated by the end user. Failure to submit the requested substitute item information before the closing date listed below will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc. If an item is furnished which does not meet the requirement the item will be returned at the vendor's expense for a full refund. To be delivered FOB Destination to: Blanchfield Army Community Hospital, 2434 20th Street, Fort Campbell, KY 42223-5349. The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offers-Commercial Items (FEB 2012); Addendum 52.212-1: (m) required Central Contractor Registration Alternate A (NOV 2003); all of which apply to this solicitation. All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. If the unit of issue on the proposal is cases, indicate the number of items per case. Indicate estimated shipping date after receipt of award. The estimated date of award is September 20, 2012. All responsible sources should submit proposals to Valerie DeVeaux via fax at (706) 787-5681 or e-mail: Valerie.DeVeaux@us.army.mil by September 21, 2012, 4:30 p.m. EST. (n) the non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.204-5, Women-Owned Business Other Than Small Business (MAY 1999); 52.211-6, Brand Name or Equal (AUG 1999); 52.225-25, Prohibition on Engaging In Sanctioned Activities Relating to Iran-Certification (NOV 2011); 52.203-2, Certificate of Independent Price Determination (APR 1985); 52.216-1, Type of Contract (APR 1984) Firm Fixed Price; 52.215-20, Requiements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (OCT 2012); 52.233-2 Service of Protest (SEP 2006), 52.252-1 (FEB 1998), Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil or www.arnet.gov/far. 52.252-5, Authorized Deviations In Provisions (APR 1984) : (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.203-7005, Representation Relating to Compensation of Former DOD Officials (NOV 2011); 252.209-7001, Disclosure of Ownership or Control by the Government of A Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations and Certifications-Commercial Items (JUN 2005); 252.215-7007, Notice of Intent to Resolicit (JUN 2012); 252.215-7008, Only One Offer (JUN 2012); 52.212-2, Evaluation -Commercial items (JAN 1999); Addendum 52.212-2: Final decision as to award will be based on lowest price technically acceptable (acceptability is determined by the end-user). "Given that FAR 52.217-8 provides that the Government may exercise the Option to Extend Services at the rates specified in the contract (i. e., the rates in effect when the Extension of Services option is exercised), for purposes of evaluating the Option to Extend Services, the Contracting Officer will consider the prices submitted for the base year and each option year, since those are the binding prices should the Option to Extend be exercised. 52.212-3, Offeror Representations and Certifications-Commercial Items (APR2012) Alternate I (APR 2011). 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); Addendum to 52.212-4: (u) the non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.203-3, Gratuities (APR 1984); 52.203-6, Restrictions on Subcontractor Sales to the Government(SEP 2006) Alternate I (OCT 1995); 52.203-12, Limitations 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); 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2012); 52.219-4, Notice of Price Evaluation Preference for Hub Zone Small Business Concerns ( JAN 2011); 52.219-8, Utilization of Small Business Concerns (JAN 2011);52.219-9, Small Business Subcontracting Plan (JAN 2011); 52.219-16, Liquidated Damages(NOV 2011); 52.222-3, Convict Labor (JUN 2003); 52.222-21, Prohibition of Segregated Facilities (FEB 1999)(EEO); 52.222-26, Equal Opportunity (MAR 2007) (EEO); 52.222-35, Equal Opportunity For Veterans (SEP 2010); 52.222-36, Affirmative Action for Workers with Disabilities Act (OCT 2010); 52.222-37, Employment Reports On Veterans (SEP 2010); 52.222-43, Fair Labor Standards Act and Service contract Act-Price Adjustment (SEP 2009); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-54, Employment Eligibility Verification (JUL 2012); 52.223-3, Hazardous Material Identification and Material Safety Data (JAN 1997); 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.228-5, Insurance - Work on a Government Installation (JAN 1997); 52.232-18, Availability of Funds (APR 1984); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(OCT 2003); 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); 252.201-7000, Contracting Officer's Representative ( DEC 19914); 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 Work Product (APR 1992); 252.204-7000, Disclosure of Information (DEC 1991); 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); 252.225-7002, Qualifying Country Sources As Subcontractors (APR 2003); 252.225-7012, Preference For Certain Domestic Commodities (JUN 2010); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.243-7001, Pricing of Contract Modifications(DEC 1991); 252.243-7002, Requests for Equitable Adjustment (MAR1998); 52.204.99, System for Award Management Registration (DEVIATION 2012-O0015) (AUGUST 2012) 52.217-8, Option to Extend Services ((NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor 30 days before contract expires. (End of clause) 52.217-9 (a) The Government may extend the term of this contract by written notice to the Contractor 30 days before contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of clause) 52.219-28, Post-Award Small Business Program Rerepresentation (APR 2012); 52.222-40, Notification of Employee Rights Under The National Labor Relations Act (DEC 2010); 52.232-99, Providing Accelerated Payment To Small Business Subcontractors (DEVIATION 2012-O0014) (AUG 2012) 52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address (es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7008, Export of Controlled Items (APR 2010); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2011) (DEVIATION). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2012) (DEVIATION). PERFORMANCE WORK STATEMENT C.1The contractor shall furnish the laboratory analyzer and all other equipment, reagents, supplies and consumables necessary to operate the contractor's equipment, training for government personnel and equipment maintenance, emergency repair and preventive service, necessary to perform the Fetal Fibronectin test. HOLOGIC Corporation, which purchased Adeza Biomedical Corporation, is the sole provider worldwide of Rapid Fetal Fibronectin products. C.2The Reagent Rental is based on a cost per kit price that shall include costs covering: C.2.1Equipment use C.2.2All consumables including: Rapid fFN Cassette Kit, Rapid fFN control kit, and supplies. C.2.3 Delivery and installation of equipment. C.2.4All necessary maintenance to keep the equipment in good operating conditions; this element includes both preventative maintenance and emergency repair. C.2.5Training for governmental personnel. C.2.6Additional supplies required for commencing operations and performing required correlation studies. C.3Reagents will be provided bearing the same lot number within the designated shipments. These items will be of the highest quality, sensitive, specific and tested to assure precision and accuracy. The contractor must provide stock that meets proficiency testing standards of the College of American Pathologist (CAP), the Joint Commission on Accreditation of Health Organizations (JCAHO), the Clinical and Laboratory Standards Institute (CLSI),and be approved by the Food and Drug Administration (FDA). C.4Testing System will have the following characteristics: C.4.1Be able to identify: Fetal Fibronectin. C.4.2The testing system must be semi-automated to allow for walk away operations. C.4.3The contractor is required to provide new state or re-manufactured state of the art equipment. Discontinued models are not acceptable. C.4.4The contractor will provide all upgrades to the equipment hardware and operating system software without additional charge to the government. These enhancements to the contractor's equipment shall be delivered to the government site and installed by the contractor within 60 days of their issuance of date of first commercial availability. C.4.5All system shall perform satisfactorily at any laboratory temperature between 68 and 80 degrees Fahrenheit and at any laboratory relative humidity between 40 and 80%. C.4.6The analyzer(s) shall be fully operational on the first day of this contract's performance period. C.4.7Billing by the vendor will be based type and quantity of supplies ordered and submitted through Wide Area Work Flow. The vendor will provide a courtesy copy of each monthly payment invoice to the operating facility's COR (Contracting Officer Representative). C.4.8 The contract period will be for 5 years (60 months), which consist of 1 primary year and 4 option years. EARLY TERMINATION: The government will have the option to terminate this delivery order, without cost to the government, with a 45 day written notice if the analyzer(s) do not perform optimally with minimal operational problems and downtime regardless of guaranteed service, when there is a need to take advantage of improved technology, or if there are changes in mission (operational) requirements to better serve the patient and care providers. C.5Special Handling for Emergency Orders of Supplies. In the event that the consumables are found to be defective and unsuitable for use with the contractor's equipment, or the contractor failed to comply with the requirements for routine supply delivery, the contractor is required to deliver the consumable supplies within 24 hours of receipt of verbal order(s) from the government activity. If either circumstance has occurred, the contractor will deliver to the government, the necessary consumables in sufficient quantity as required allowing operation of the contractor's equipment for one week (under normal government test load volume). C.6Site Preparation: C.6.1The contractor as a part of the equipment proposal, for any equipment not already in place, shall furnish site preparation specifications in writing. These specifications shall be in such detail as to ensure that the equipment to be installed shall operate and conform to the manufacturer's specifications. C.6.2The government will prepare the site at its own expense and in accordance with the specification(s) furnished by the contractor. C.6.3Any alteration or modifications in site preparation, which are attributable to incomplete or erroneous specifications provided by the contractor, which would involve additional expense to the government, shall be made at the expense of the contractor. C.8Ownership of Equipment: C.8.1Title to equipment shall remain with the contractor. All accessories furnished by the contractor shall accompany the equipment when returned to the contractor. C.8.2The contractor, at termination and/or replacement of equipment, will remove the equipment. The contractor will disconnect the equipment and will be responsible for all packing and shipping required to remove the equipment within seven (7) calendar days. C.9Preventive Maintenance. Not Applicable C.10Emergency Repair: C.10.1 Emergency repairs shall be performed after notification that equipment is inoperative. The contractor shall provide the government with a designated point of contact and shall make arrangements to enable his maintenance representative to receive such notification and be on site within 24-48 hours. C.10.2 Contractor shall replace overnight (Swap out program) any equipment and peripherals utilized in the system. C.11Integrating Antiterrorism (AT) and Operations Security (OPSEC) Contract Support: C.11.1AT Level I Training. This provision/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. C.11.2Access and General Protection/Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area. Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the BACH Personnel Security Specialist. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.11.3. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program using training standards provided by the BACH ATO. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 60 calendar days after contract award. C.11.4 OPSEC Training. Per AR 530-1, Operations Security, all contract employees must complete Level I OPSEC Training within 30 calendar days of commencing performance and annual OPSEC Awareness training thereafter. Training completion will be reported to the COR within 30 calendar days.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV12R0049/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02881803-W 20120915/120914001458-a1f24c355de93dae27adccb4f4b7422c (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.