Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2020 SAM #6730
SOLICITATION NOTICE

66 -- Remel Viral Transport Media

Notice Date
5/1/2020 5:44:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
OFFICE OF THE ADMINISTRATOR ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75R60220Q00104R
 
Response Due
5/4/2020 7:00:00 AM
 
Archive Date
05/19/2020
 
Point of Contact
Carolyn C Taylor, Phone: 3014436508
 
E-Mail Address
ctaylor@hrsa.gov
(ctaylor@hrsa.gov)
 
Description
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. It is also in issue in accordance with HHS Class Justification and Approval for COVID-19 Response. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number: 75R60220Q00104 This solicitation is issued as a request for quotation; Brand Name Only; All or None. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05.� Small Business Set Aside: No NAICS Code: 325314 In-Vitro Diagnostic Substance Manufacturing� Size Standard: 1250 employees The purpose of this acquisition is to purchase Remel Micro test viral transport media. Below is a list of the items required as part of this solicitation, including the manufacturer part #, product description and quantity required. Remel Micro Test Viral Transport Media (3ml of liquid medium in a 15ml conical tube) QTY:�170M The overriding mission of the Strategic National Stockpile (�SNS� or �government�) is to ensure that supplies are made available and efficiently distributed to address the national emergency caused by the COVID-19 Pandemic. As part of its response strategy, the SNS is marshaling existing distribution channels of private industry in lieu of first depositing necessary supplies into the SNS and then distributing such supplies from the SNS.� To meet this urgent need, the Government agrees to purchase 100M Remel Micro Test Viral Transport Media at $XXX per unit. � The 100M units shall be delivered at a rate of 3.85M weekly to the central warehouse for redistribution to the states at 6204 New Cut Road, Louisville, KY 40118 POC: Todd Dutton 502-217-0278 � In addition to the 100M units above and in accordance with FAR 1.102(d) which provides that a procurement procedure is permissible where not specifically prohibited, the Government agrees to purchase Not to Exceed (�NTE�) 70M units at $XXX that the Contractor is not able to sell commercially to medical and healthcare providers or systems, health care products distributors, and state or local agencies (�Providers�) in the U.S. during the time period beginning July 2020 to December 2020. �The Contractor agrees to exercise reasonable, good faith efforts to sell all of the same products to Providers in the U.S. during this period. �The Contractor may sell other similar products from its existing or subsequently acquired inventory, in preference to the Products, without violating Contractor�s obligations under this contract. The Contractor shall deliver unsold product by the end of each month (beginning with the month of July 2020 and ending with the month of December 2020) to US government locations within the continental United States as selected by the SNS. �By the 15th day of each month, the contractor shall advise the Government of the anticipated number of units that will remain unsold by the end of that month. �The Government will provide delivery instructions within 10 days of the notice received by the contractor. Under no event shall the Government be obligated to purchase more than a combined total of 70M units under this provision.� CLIN � The contract shall contain an OPTIONAL LINE to purchase additional NTE 50M Remel Micro Test Viral Transport Media for the Strategic National Stockpile at $XXX per unit beginning January 1, 2021. The funds will not be obligated until the CLIN is exercised with the number of units required at the time of execution. The period of performance is 12 months from effective date of contract. EVALUATION�BASIS FOR AWARD This acquisition will utilize the Lowest Priced Technically Acceptable (LPTA) method to make a best value award. A decision on the technical acceptability of each Offeror�s quotations will be made based on the vendor(s) providing the exact products specified in the RFQ. The product must have an 18-month shelf life, be able to be store at ambient temperature, be manufactured in the United States and the contractor must be able to deliver 3.85 units weekly. �Past performance will also be considered. For those offerors which are determined to be technically acceptable, award will be made to that vendor with the lowest overall price. INSTRUCTIONS TO OFFERORS: Data Universal Numbering System (DUNS) Number The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the Offerors name and address. If the Offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An Offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.dnb.com. An Offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. System for Award Management (SAM) Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.sam.gov or by calling 1-866-606-8220.� � The quote shall include price(s), a point of contact, name and phone number, business size, and payment terms. Quotes shall be submitted to Carolyn C. Taylor via email at ctaylor@hrsa.gov no later than 10:00 am EST on May 4, 2020. �The response must clearly indicate the capability of the vendor to provide the exact items specified. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit additional information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. �Failure to submit the requested information may result in disqualification of the submitted quote.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b08fb33b89ec4a01949b2a801eda3050/view)
 
Record
SN05643249-F 20200503/200501230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.