SOLICITATION NOTICE
65 -- Standing Order for Naval Hospital Lemoore Reagents
- Notice Date
- 12/12/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-15-T-0058
- Archive Date
- 4/30/2015
- Point of Contact
- Jasmine Lucht, , Christopher J. Jennen, Phone: 6195328100
- E-Mail Address
-
jasmine.lucht@med.navy.mil, Christopher.Jennen@med.navy.mil
(jasmine.lucht@med.navy.mil, Christopher.Jennen@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared by the Naval Medical Center San Diego in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00259-15-T-0058. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20061004. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acquisition.gov and www.acq.osd.mil. The NAICS code is 334517 and the Small Business Standard is 500. This is a requirement with the intent to award on a sole source basis to Hardy Media or its distributors or resellers. Naval Medical Center San Diego requests responses from qualified sources capable of providing: 0001 36 Package P/N G63 HE AGAR HD x,15X100mm plate R 0002 12 Package P/N Z217 Germ Tube Cryo,0.5ml 0003 96 Package P/N E14 Chocolate Agar HDx,15x100mm plt 10/pk R 0004 36 Package P/N A40 Campy CVA Agar HDx,15X100mm plate R 0005 360 Package P/N A10 Blood Agar,5% HDx 15x100mm plt 10/pk R 0006 180 Package P/N G35 MacConkey Agar HDx,15x100mm plt 10/pk R 0007 24 Package P/N E 30 Thayer Martin Mod.Agar HDx 15x 100mm plt R 0008 360 Package P/N J32 Blood,5% MacConkey HDx,15x100ml biplate 0009 24 Package P/N G14 BHI Agar w/Vancomycin HDx 15x100mm plt R 0010 12 Package P/N J49 CIN/MacConkey w/ SorbitolHDx,15x100mm biplate 0011 12 Package N K08 BHI Broth w/5% Fildes 10ml HDx 16x125mm tube 0012 4 Package P/N K39 GN Broth, 10ml HDx,16x125mm tube 16x125mm tube 0013 12 Package P/N K21 Thiow/Indicator,10ml HDx 16x125mm tube 0014 24 Each P/N Z140 Strep B Carrot Broth Kit HDx 20 test per kit 0015 4 Each P/N ST200 Staph TEX Blue HDx,200 test 0016 4 Each P/N PL030HD StrepPRO Groping kit, 60 test 0017 2 Each P/N Z7025 Bacitracin 0.04 HDx,Hardy disk 0018 2 Each P/N Z7015 Optochin,Hardy Disk HDx 0019 4 Each P/N P/N CN025A Campy Gen, Gas Gen Oxid,10/box 0020 4 Each P/N 261185 Indole Droppers, Kovacs BD 50x0.5 ml 0021 8 Each P/N 261181 Oxidase Droppers BD 50x0.5 ml 0022 8 Each P/N P/N GK400 Gram stain Kit, Stabilized HDx,4x8oz 0023 12 Each P/N 0443P C.albicans, MBL ATCC 10231, Duo Pak 0024 12 Each P/N 0439P S.agalactiae(group B)MLB ATCC 12386 0025 12 Each P/N 0454P N. meningitis(type B ) MBL ATCC 13090 0026 12 Each P/N 0404P N. meningitis(group C) MBL ATCC 13102 0027 12 Each P/N 0370P S. agalactiae MBL ATCC 13813 0028 12 Each P/N 0351P K. pneumoniae, MBL ATCC 13883 0029 12 Each P/N 0376P H. influenza MBL ATCC 25922 0030 12 Each P/N 0385P S. pyogenes,MBL ATCC 19615 0031 12 Each P/N 0335P E.coli MBL ATCC 25922 0032 12 Each P/N 0353P P.aeruginosa,MBL ATCC 27853 0033 12 Each P/N 0366P E. faecalis MBL ATCCC 29212 0034 12 Each P/N 0365P S.aureus MBL ATCC 29213 0035 12 Each P/N 0325P C. jejuni MBL ATCC 29428 0036 12 Each P/N 0352P S.aureus MBL ATCC 33862 0037 12 Each P/N 0952P N. gonorrhoeae MBL ATCC 49981 0038 12 Each P/N 0959P E. faecalis MBL 51299 0039 12 Each P/N 0847P C.tropicalis MBL ATCC 750 0040 12 Each P/N 0915P C. neoformans MBL ATCC 76484 0041 12 Each P/N 0620P H. influenzae Type a,MBL ATCC 9006 0042 4 Each P/N 0617X E.coli (0157:H7) MBL ATCC 3515 0043 8 Each P/N 178CSR40 Loop 1ul,green,flex, Cal Copan 0044 20 Each P/N Z62 Catalase Reagent H2O2 3% HDx Cal Copan 0045 8 Each P/N Z52 Hippurate Test, Ninhydrin HDx 0046 12 Each P/N Z75 PYR Test Kit 25/test HDx w/5ml 0047 8 Each P/N Z77 Potassium Hydroxide,KOH HDx,10% 15ml SQ 0048 2 Each P/N 2066 Erada-Stain, Stain Remover 6oz 0049 4 Each P/N Z64 India Ink HDx,dropper bottle 15ml 0050 4 Each P/N 900500 RPR Kit Complete ASI 500 test 0051 12 Each P/N 0292P S.typhimurium MBL ATCC 49416 0052 12 Each P/N 0405P N.lactamica MBL ATCC 23970 0053 12 Each P/N 0411P H. parainluenzae ATCC 7901 0054 12 Each P/N 0951P M. catarrhalis MBL ATCC 25238 0055 12 Each P/N 0440P P.mirabilis MBL ATCC 12453 0056 12 Each P/N 0360P S.aureus MBL ATCC 25923 0057 12 Each P/N 0435P S. pneumonia, MBL ATCC 27336 0058 12 Each P/N 0603P S. dysglctiae subsp equis ATCC 12388 0059 12 Each P/N 0453P N. meningitides Grp A MBL ATCC 19433 0060 12 Each P/N 0367P E. faecalis MBL ATCC 0061 12 Each P/N 0978P S.species (group F2) MBL ATCC 12392 0062 12 Each P/N 0602P S. dysgalacta( group G) MBL ATCC 12394 0063 12 Each /N 0441P H. influenza Type b MBL, ATCC 10211 0064 4 Each P/N BR066A Beta Lactamase Touch stck Oxoid 0065 12 Each P/N 0378P N. gonorrhea MBL ATCC 19424 0066 12 Each P/N 0784P K.pneumoniae MBL ATCC 700603 0067 12 Each P/N 0179P S. aureus MBL, ATCC BAA1026. 0068 12 Each P/N 0764P S.sciuri MBL ATCC 29061 0069 12 Each P/N 0101P S.spp zooepidemicus MBL ATCC 43079 0070 12 Each P/N 0119P A. baumannii MBL ATCC BAA747 0071 12 Each P/N 0126P K.krisnae MBL ATCC BAA752 0072 12 Each P/N 0130P L. monocytogenes MBL ATCC BAA751 0073 12 Each P/N 0132P O.anthropi. MBL ATCC BAA749 0074 12 Each P/N 0134P S.saprophyticus MBL ATCC BAA750 0075 12 Each P/N 0136P S.thermophilus MBL ATCC 19258 0076 12 Each P/N 0184P H.aphrophilus MBL ATCC 33389 0077 12 Each P/N 0185P H.influenzae MBL ATCC 9007 0078 12 Each P/N 0188P C.jejuni MBL ATCC BAA1153 0079 12 Each P/N 0189P E, corrodens MBL ATCC BAA1152 0080 12 Each P/N 0303P S.sonnei MBL ATCC 25931 0081 12 Each P/N 0459P P. vulgaris MBL ATCC 6380 0082 12 Each P/N 0481P C.jejuni MBL ATCC 33291 0083 12 Each P/N 0621P O.urethralis MBL ATCC 17960 0084 12 Each P/N 0755P E. hormaechei MBL ATCC 700323 0085 12 Each P/N 0757P K.oxytoca MBL ATCC 700324 0086 12 Each P/N 0759P S. maltophilia MBL ATCC 17666 0087 12 Each P/N 0761P E.casseliflavus MBL ATCC 70032 0088 12 Each P/N 0495P E.coli MBL ATCC 35218 Period of performance is one year from date of award anticipated to be (01 JAN 2015 - 31 DEC 2015). Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The follow FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors- Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. 52.204-10 Reporting Executive Compensation and First-Tier 52.219-28 Post Award Small Business Program Representation 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 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Most clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 225-7001 Buy American Act and Balance of Payment Program and 252.232-7001 Electronic Submission of Payment Requests. 52.204-99 (Dev) System for Award Management Registration (Deviation) 52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (Deviation) 52.211-6 Brand Name or Equal RAPID GATE NCACS Program Implementation Instruction This announcement will close at 10:00 AM, Pacific Standard Time on 29 December 2014. Submit your quotes officially and electronically through FBO. For questions, please contact Jasmine Adriano Lucht via email ONLY at Jasmine.Lucht@med.navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote that shall be considered by the agency. No Numbered Notes apply. 52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance. Technical and past performance, when combined, are the same as price. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://sam.gov. All quotes shall include price(s), FOB point, a point contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet of specifications and requirements. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by 29 December 2014, 10:00AM, Pacific Standard Time will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The quoter shall submit, as part of its quote, information on previously performed contract or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contract that the Government feels are most relevant to the RFQ.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0058/listing.html)
- Place of Performance
- Address: NH Lemoore, 937 Franklin Ave, Lemoore, CA 93246-5004, Lemoore, California, 93246, United States
- Zip Code: 93246
- Zip Code: 93246
- Record
- SN03595032-W 20141214/141212234437-c3d72ff98d60f4dae996e66bf1c47f90 (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 |