SOLICITATION NOTICE
65 -- Ortho Clinical VITROS 350 Automated Clinical Chemistry Analyzer and reagents
- Notice Date
- 3/16/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621991
— Blood and Organ Banks
- Contracting Office
- Southern Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K00-15-T-0142
- Response Due
- 3/24/2015
- Archive Date
- 5/15/2015
- Point of Contact
- Linda Spindler, 706-787-2378
- E-Mail Address
-
Southern Regional Contracting Ofc
(linda.spindler@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 W81K00-15-T-0142 and is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses IAW the Federal Acquisition Circular 2005-80 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20150226. This solicitation is for various reagents for Martin Army Community Hospital, Fort Benning, Georgia. The anticipated Period of Performance is: 01 April 2015 through 30 September 2015. The associated North American Industrial Classification System (NAICS) code is, 621991, with a small business size standard of 500 employees. This procurement is being conducted on an un-restricted basis. All interested small businesses able and interested and submitting a quote will be considered. All items quoted MUST be compatible with the pre-existing Ortho Clinical VITROS 350 Automated Clinical Chemistry Analyzer. THIS SOLICITATION MUST BE QUOTED ALL OR NONE. SUBSTITUTE ITEMS: If you plan to provide other than the brand name cited in the purchase description, provide in your response the brand name and the catalog or part number you intend to furnish and the characteristics of the substitute item that are equivalent to the brand name. Also provide all documents which clearly describe the 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. 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. Final decision as to award will be based on lowest price technically acceptable (technical acceptability is determined by the end-user). THIS SOLICITATION MUST BE QUOTED ALL OR NONE. CLIN #:Item DescriptionUnitUnit costTotal Cost 0001Ortho Clinical VITROS 350 Automated 3 ea___________________Clinical Chemistry Analyzer. Lease of Clinical Chemistry VItros 350 Analyzers, 3 each, Product Code: 6802153 to include cost-per-test service, reagents, maintenance, controls, calibrators and disposables for all three analyzers. Service support agreement shall be in accordance with OEM Specifications and the Performance Work Statement. CLIN #:Item DescriptionUnitUnit costTotal Cost Current location of three analyzers: Conner Troop Medical Clinic (CTMC) - serial#: J21429; Winder Health Clinic - serial#: J21430; and Harmony Church Clinic - serial#: J34404. Period of Performance: 1 April 2015 through 30 September 2015. 0002Class 1: Albumin, 5 pack/250 slides,29 pk___________________ item #: 8196057 0003Class 1: ALKP, 5 pack/300 slides, item #:25pk___________________ 1053180 0004Class 1: ALT, 5 pack/250 slides, item #: 29 pk___________________ 1655281 (package qty: 250) 0005Class 1: AST, 5 pack/300 slides, item #: 24 pk___________________ 84338815 (package qty: 300) 0006Class 1: BUN, 5 pack/300 slides, item #:22pk___________________ 8102204 0007Class 1: Calcium, 5 pack/300 slides, 22 pk___________________ Item #: 1450261 0008Class 1: Chloride CL, 5 pack/500 slides,26 pk___________________ Item #: 8445207 0009Class 1: Creatinine IDMS STD, 5 pack/ 22 pk___________________ 300 slides, item #: 6802584 0010Class 1: Enzymatic CO2, 5 pack/ 300 21 pk___________________ Slides, item #: 8262396 0011Class 1: Glucose, 5 pack.300 slides,22 pk___________________ Item #: 1707801 0012Class 1: Potassium K+, 5 pack/250 slides,25 pk___________________ Item #: 8157596 0013Class 1: SodiumNA+, 5 pack/250slides,24pk___________________ Item #: 8379034 0014Class 1: TOT Bilirubin, 5 pack/300 slides,22 pk___________________ Item #: 8159931 0015Class 1: Total Protein, 5 pack/250 slides,26 pk___________________ Item #: 8392292 0016Disposables: 7% BSA Solution (12 bottles4 ea___________________ Per box), item #: 8262487 0017Class 2: BUBC, 5 pack/300 slides, item 13 pk___________________ #: 8383051 0018Class 2: CK, 5 pack/90 slides, item #: 22 pk___________________ 8478034 Also see attached Performance Work StatementTOTAL___________________ 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) 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. 52.211-6, Brand Name or Equal (AUG 1999); 52.225-25, Prohibition On Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011); 52.203-2, Certification of Independent Price Determination (APR 1985) ; 52.233-2 Service of Protest (SEP 2006); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998): The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil; www.arnet.gov/far.; 52.252-5, Authorized Deviations in Provisions Incorporated by References (Apr 1984), (DoD FAR Supplement quote mark (48 CFR Chapter 2) quote mark ; 252.203-7005, Representation Relation to Compensation of Former DOD Officials (Nov 2011); 252.204-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations Certifications and Representations-Commercial Items (Jun 2005); 252.215-7007, Notice of Intent to Re-solicit (JUN 2012); 252.215-7008 (JUN 2012); 52.212-2, Evaluation -Commercial items (JAN 1999); Addendum 52.212-2: paragraph (b) has been deleted, paragraph (a) and (c) apply to this acquisition and the following factors will be used to evaluate offers: The offer submitted shall include: (a) proposed prices; (b) Technical capability to include product literature, catalog price lists if available. Awardee will be the Lowest Priced, and or Technically Acceptable (LPTA) Offeror. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; all of which apply to this solicitation. 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012) Alternate I (Apr 2011) must be completed and a copy return with offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); Addendum 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, Restriction on Subcontractor Sales to the Government (SEP 2006); Alternate I (OCT 1995); 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); 52.204-9, 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 (Dec 2010); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedied (Jul 2010); 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 (OCT 2010); 52.222-37, Employment Reports of Veterans (Sep 2010); 52.222-43, Fair Labor Standards Act and Service Contract - 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, 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); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 52.237-3, Continuity of Services (JAN 1991); 52.242-13, Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 252.201-7000 Contracting Officer's Representative (Dec 1991); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011); 252.203-7002, Requirement of Information Employees of Whistleblower Rights (JAN 2009); 252.204-7000 Disclosure Information (DEC 1991); 252.204-7003, Control of Government Personnel Work Product (APR 1992); 252.209-7004, Subcontracting with Firm that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006); 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010); 252.232-7003, Electronic Submission of Payment Request 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 (MAR 1998); 52.204-99, System for Award Management Registration (DEVIATION 2012-O0015) (AUG 201252.252-2, 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 - 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); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010) DEVIATION also apply to this solicitation. The government anticipates awarding a single award for this requirement. Items are to be delivered at: Combined Troop Medical Clinic, 2515 Sightseeing Road, Bldg. 2515, ATTN: LAB, Ft. Benning, GA 31905. All offers must be registered in the Systems for Award Management System and or prior to award, and lack of registration shall make an offer ineligible for award. Evaluation: Lowest Priced, and or Technically Acceptable (LPTA). Offertory may obtain information on registration and annual confirmation requirements via the Internet at https://www.sams.gov/. Proposals are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. All responsible sources should submit quotes to Linda Spindler via fax at (706) 787-6573 or e-mail: linda.spindler@us.army.mil by 24 March 2015, 5:00 PM, EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-15-T-0142/listing.html)
- Place of Performance
- Address: Southern Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
- Zip Code: 78234-6200
- Zip Code: 78234-6200
- Record
- SN03668918-W 20150318/150316234930-2a1109925babc75db6f9a845fe0220b7 (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 |