SOLICITATION NOTICE
65 -- MICROCUVETTE REAGENTS
- Notice Date
- 7/12/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, ATTN: MCAA SE BLDG 39706, 39706 40th Street, Fort Gordon, Georgia, 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV13T0038
- Archive Date
- 8/15/2013
- Point of Contact
- Valerie DeVeaux, Phone: 7067878438
- E-Mail Address
-
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The solicitation number W91YTV-13-T-0038 for purchase request GFEBS 0010338919 is issued as a Request for Proposal (RFP). This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413. Size standard is 500 employees. This RFP is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. Responses due date: ___JULY 31, 2013___. The requirements of this solicitation are for Supplies and service for Government owned HemoCue B-Haemoglobin Analyzers in support of the Sullivan Memorial Blood Center, Fort Benning, GA. Initial Performance Period: 1 October 2013 through 30 September 2014. Item No. 0001 Microcuvettes HB301 Provide Martin Army Community Hospital (BMACH) Sullivan Memorial Blood Center (SMBC) provide HemoCue Control Reagents/Microcuvettes. Services and deliveries to be performed IAW Performance Work Statement (PWS). QTY: 96 Box; Unit Price:$__________ Total Amount:$___________ Item No. 0002 Eurotol HB 301 High Provide Martin Army Community Hospital (BMACH) Sullivan Memorial Blood Center (SMBC) provide HemoCue Control Reagent/Microcuvettes. Services and deliveries to be performed IAW Performance Work Statement (PWS). QTY: 18 Box; Unit Price:$__________ Total Amount:$___________ Item No. 0003 Eurotol HB 301 Normal Provide Martin Army Community Hospital (BMACH) Sullivan Memorial Blood Center (SMBC) provide HemoCue Control Reagent/Microcuvettes. Services and deliveries to be performed IAW Performance Work Statement (PWS). QTY: 18 Box; Unit Price:$__________ Total Amount:$___________ Item No. 0004 Eurotol HB 301 Low Provide Martin Army Community Hospital (BMACH) Sullivan Memorial Blood Center (SMBC) provide HemoCue Control Reagent/Microcuvettes. Services and deliveries to be performed IAW Performance Work Statement (PWS). QTY: 18 Box; Unit Price:$__________ Total Amount:$___________ Item No. 0005 Hemocue Cleaner Provide Martin Army Community Hospital (BMACH) Sullivan Memorial Blood Center (SMBC) provide HemoCue Control Reagent/Microcuvettes. Services and deliveries to be performed IAW Performance Work Statement (PWS). QTY: 23 Box; Unit Price:$__________ Total Amount:$___________ Grand Total Base Period: _____________________ SALIENT CHARACTERISTICS FOR HEMOCUE HB301 SYSTEM: (Hemocue B-Haemoglobin Analyzer Brand Name or Equal) Must be portable, rapid and accurate method of measuring haemoglobin at the bedside. Must consist of disposable microcuvettes, which contain reagents (chemicals) in dried form. Must have measurement range: 0-25.6 g/dL (0-256 g/L or 0-15.9 mmol/L). Must display results after 45 to 60 seconds in g/dl on an LCD display. Must use AC adapter or batteries. Must interface with printer and PC. Microcuvette must contain 3 reagents in dried form which convert the Hb into methaemoglobinazide (HiN3). Must have photometer automatically zero itself after each measurement. Microcuvette must have volume of 10ml. Microcuvett must have a short light path of 0.13nm between the parallel walls of the clear optical windows. Must measure methaemoglobinazide at 570nm and 880nm. Must ensure automatic compensation for turbidity. Must have sample volume of 10 µL. Must have Built-in "selftest". Must be factory calibrated against the ICSH reference method for hemoglobin. Must not require further calibration. Must have accuracy correlation of 0.99 when compared to the reference method (ICSH method). Place of Performance: Sullivan Memorial Blood Center 3380 Fort Benning Fort Benning, GA 31905 UNITED STATES FAR and DFARS provisions and clauses. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offeror - Commercial Items (FEB 2012). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation. See provision 52.252-1 for locations where full text can be obtained. 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 1. Evaluation Process. 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: Explain how your company will meet the terms of the solicitation for Microcuvette Reagents of the items as specified in the solicitation. Prospective contractors shall demonstrate that the items offered complies with the technical requirements described by submission of a written capability statement with their offer. This written capability statement must be submitted with offer and not exceed 10 pages. 2. Price. The offeror shall submit pricing for all CLINs identified in the combined synopsis/ solicitation, unless otherwise noted. Pricing will be evaluated to the extent to which it is fair and reasonable in term of the Government's equipment. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability, "best value". The award decision will be based on the lowest priced technically acceptable quote as determined by the end user. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the System Award management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. IAW 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. Offers are due by July 31, 2013, 3:00 PM, Eastern Standard Time. Submit offers via email to Valerie.J.DeVeaux.Civ@mail.mil, facsimile (706)787-5681 or mail. Contracting Office Address: Southern Region Contracting Office Fort Gordon 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 The following stand alone discretionary FAR and DFARS provisions are necessary: 52.211-6 - Brand Name Or Equal (AUG 1999) 52.225-25 - Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (NOV 2011). 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). 52.212-4 -- Contract Terms and Conditions - Commercial Items, applies to this acquisition (JUN 2010) and Addendum to 52.212-4--(u) The non-FAR Part 12 discretionay FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (DEC 2010). 52.219-28 -Post-Award Small Business Program Rerepresentation (APR 2012). 52.222-19 - Child Labor-Cooperation With Authorities And Remedies (MAR 2012). 52.222-21-- Prohibition of Segregated Facilities (FEB 1999) (EEO). 52.222-50 -- Combat Trafficking in Persons (FEB 2009). 52.223-3 - Hazardous Material Identification And Material Safety Data (JAN 1997). 52.223-5 - Pollution Prevention and Right-To-Know Information (MAY 2011) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (AUG 2011). 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008). 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003). 52.232-99 - Providing Accelerated Payment To Small Business Subcontractors (DEVIATION 2012-O0014) (AUG 2012). 52.233-3 - Protest After Award (AUG 1996). 52.233-4 - Applicable Law for Breach of Contract Clalim (OCT 2004). 52.237-2 - Protection of Government Buildings, Equipment, And Vegetation (APR 1984). 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). 252.203-7005 - Representation Relating To Compensation Of Former DOD Officials (NOV 2011). 252.204-7003 - Control of Government Personnel Work Product (APR 1992). 252.212-7000 - Offeror Representations And Certifications-Commercial Items (JUN 2005). 252.215-7008 - Only One Offeror (JUN 2012). 252.225-7036 - Buy American-Free Trade Agreements-Balance Of Payments Program (DEC 2012). 252.229-7000 - Invoices Exclusive of Taxes or Duties (JUN 1997). 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (JUN 2012). 252.232-7010 - Levies on Contract Payments (DEC 2006). 252.243-7002 - Requests for Equitable Adjustment (DEC 2012). 52.252-2 - Clauses Incorporated by Reference (FEB 1998). 52.252-6 -- Authorized Deviations in Provisions (APR 1984). " DoD FAR Supplement (48 CFR Chapter 2)." 252.204-7008 - Export-Controlled Items (APR 2010). 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010). INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. 252.211-7003 - Item Identification And Valuation (DEC 2011). INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAR 2012) (DEVIATION). PERFORMANCE WORK STATEMENT 1. GENERAL 1.1. The Contractor shall provide Martin Army Community Hospital (BMACH) Sullivan Memorial Blood Center (SMBC) with a one year reagent/supply contract HemoCue Control Reagent/Microcuvettes. The contract period is from 1 October 2013 (or date of award) through 30 September 2014. These reagents will be located in the SMBC section of Martin Army Community Hospital under the management of the Department of Pathology. Funding will be allocated annually subject to the availability of funds. 1.2. PERSONNEL. N/A 1.3. PHYSICAL SECURITY. 1.3.1. Contractor personnel or any representative of the contractor entering Fort Benning shall abide by all security regulations and shall be subject to security checks. 1.4. QUALITY CONTROL. 1.4.1. The contractor shall be responsible to ensure that the quality of service and materials provided under this contract meet or exceed the performance work statement and Quality Assurance Surveillance Plan (QASP). 1.5. PERFORMANCE ASSESSMENT. The government will evaluate the contractor's performance under this contract using the method of surveillance specified in Technical Exhibit 1, the QASP, for acceptable quality levels (AQL). When an observation indicates defective performance, the contracting officer's representative (COR) will notify Contracting Officer (KO) immediately so that appropriate actions may be taken to correct the deficiency. 1.6. HOURS OF OPERATION. 1.6.1. Normal Hours. The both laboratories hours of operation are 8:00am to 3:00pm EST Monday through Friday. 1.6.2. Recognized Holidays. Facility observes all federal holidays as follows: 1 Jan New Year's Day 3rd Monday in Jan Martin Luther King, Jr. Birthday 3rd Monday in Feb President's Day Last Monday in May Memorial Day 4th July Independence Day 1st Monday in Sep Labor Day 2nd Monday in Oct Columbus Day 11 Nov Veteran's Day 4th Thursday in Nov Thanksgiving Day 25 Dec Christmas Day 2. DEFINITIONS. 2.1. STANDARD DEFINITIONS. 2.1.1. Acceptable Quality Level (AQL). The AQL is the maximum percent defective that, for the purposes of sampling inspections, can be considered satisfactory or the minimum percent acceptable for performance before the Government will reject a service. 2.1.2. Contracting Officer (KO). A person duly appointed with the authority to enter into and administer contracts on behalf of the U.S. Government. 2.1.3. Contracting Officer Representative (COR). An individual designated by the contracting officer to act as his representative to assist in administering a contract. The source and authority for a COR are contained in the written letter of designation. 2.1.4. Customer Complaint. A means of documenting certain kinds of contract service problems. A government program that is explained to every organization that receives service under this contract which is used to evaluate contractor's performance. 2.1.5. Defective Service. A service output that does not meet the standard of performance associated with AQL. 2.1.6. Performance Assessment (PA). Those actions taken by the government to assure services meet the requirements of the Performance Work Statement (PWS) and all other service outputs. 2.1.7. Quality Assurance Surveillance Plan (QASP). An organized written document used for the quality assurance surveillance. The document contains specific methods to perform surveillance of the contractor. 2.1.8. Quality Control. Those actions taken by a contractor to control the performance of services so that they meet the requirements of the PSOW. 2.2. TECHNICAL DEFINITIONS. 2.2.1. Material Safety Data Sheets (MSDS). A document that contains information on the potential health effects of exposure to chemicals, other potentially dangerous substances, and on safe working measures when handling chemical or hazardous substances. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. N/A 4. CONTRACTOR FURNISHED ITEMS AND SERVICES. 4.1. Contractor shall furnish all applicable MSDS for reagents utilized under this contract at no additional cost. 5. SPECIFIC TASKS. 5.1. Contractor shall ensure that all reagents are shipped and maintained at 2-8°C according to manufacturer specifications. Temperatures will be verified upon arrival to the laboratory. 5.2. The contractor shall replace any reagents that are damaged in shipping or fail to be maintained at appropriate temperatures during shipment by shipping agent at no cost to the government. 5.3. Contractor shall ensure all reagents arrive Monday through Friday between the hours of 8:00am and 3:00pm EST; excluding holidays and weekends according to paragraph 1.6.2. above. 5.4. Contractor shall notify the Sullivan Memorial Blood Center Contract Officer's Representative (SMBC COR) within 24 hours if there is any deviation from the required delivery dates. 5.5. The contractor shall respond to emergency phone calls regarding shipment discrepancies within 4 hours of notification and discrepancy will be corrected within 24 hours. 5.6. Contractor shall notify the Sullivan Memorial Blood Center Contract Officer's Representative (SMBC COR) within 24 hours if there is a recall on reagents. 5.7. Contractor shall provide customer notification of updates on any reagents in writing within 5 business days of the update and ensure continuity of services and availability of reagents during reagent lot switching or revision if required. 6. DELIVERY SCHEDULE. 6.1. MICROCUVETTES, HB 301: 8 boxes delivered 7 OCT 2013, 8 boxes 4 NOV 2013, 8 boxes 2 DEC 2013, 8 boxes 6 JAN 2014, 8 boxes 3 FEB 2014, 8 boxes 3 MAR 2014, 8 boxes 7 APR 2014, 8 boxes 5 MAY 2014, 8 boxes 2 JUN 2014, 8 boxes 7 JUL 2014, 8 boxes 4 AUG 2014, and 8 boxes 8 SEP 2014. One year contract. 6.2 EUROTOL HB 301 CONTROL (HIGH): Standing order to be delivered as 3 each on 01 OCT 2013, 25 NOV 2013, 27 JAN 2014, and 28 APR 2014, 28 JUL 2014, 04 SEP 2014. One year contract. 6.3 EUROTOL HB 301 CONTROL (LOW): Standing order to be delivered as 3 each on 01 OCT 2013, 25 NOV 2013, 27 JAN 2014, 28 APR 2014, 28 JUL 2014, 04 SEP 2014. One year contract. 6.4 EUROTOL HB 301 CONTROL (NORMAL): Standing order to be delivered as 3 each on 01 OCT 2013, 25 NOV 2013, 27 JAN 2014, 28 APR 2014, and 28 JUL 2014, 04 SEP 2014. One year contract. 6.5 HEMOCUE CLEANER: Standing order to be delivered as 5 pack on 25 NOV 2013, 27 JAN 2014, 28 APR 2014, and 28 JUL 2014, 04 SEP 2014. One year contract. 6.6 DELIVER TO ADDRESS: Sullivan Memorial Blood Center, 9231 2ND Infantry Division Rd., BLDG. 3380 (SAND HILL) FT. Benning, GA 31905 6.7 The Contractor shall perform all packaging and loading of product generated and all documentation required by local, state and federal laws to include any and all Material Safety Data Sheets (MSDS) hazardous waste profiles, inventories, and hazardous waste manifest, if required. 7. PAYMENTS. 7.1. Contractor shall create a combo invoice document using the government's Wide Area Work Flow (WAWF) electronic internet based System. WAWF is required. The website is https:// wawf.eb.mil. Contractor shall invoice in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 and Electronic Submission of Payment Request and Receiving Reports. 7.2. Contractor shall use the same invoice number from the original invoice with a letter behind the original invoice number when resubmitting an invoice. A new invoice number will not be generated for a previous shipment. 7.3. Contractor shalll submit invoices in WAWF within 7-10 days of shipping date and no later than 30 days of shipping date. 8. APPLICABLE PUBLICATIONS AND FORMS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV13T0038/listing.html)
- Place of Performance
- Address: Sullivan Memorial Blood Center, 3380 Fort Benning, Fort Benning, Georgia, 31905, United States
- Zip Code: 31905
- Zip Code: 31905
- Record
- SN03115550-W 20130714/130712235018-fb57b10564879e67cde38c3644445ee8 (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 |