|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,1997 PSA#1870Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 65 -- MEDICAL, DENTAL AND VETERINARY EQUIPMENT AND SUPPLIES. SOL
N00244-97-Q-9317 DUE 070797 POC Bid Officer, Willie Rodriguez,
619-532-2690/2692, Contracting Officer, Ralph Franchi 619-532-2568 (for
Technical Information), Fax nos.: 619-532-1088/1089/2347 WEB: Click
here to download a copy of the RFQ., http://www.sd.fisc.navy.mil.
E-MAIL: Click here to contact the Contracting Officer via e-mail.,
ralph_a._franchi@fmso.navy.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
format in Subparts 12.6 and 13.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation to be issued, proposals are being requested from
this announcement, a written solicitation will not be issued. The
Request for Quote number is N00244-97- Q-9317. This solicitation and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 45. Standard Industrialization Code (SIC) of 5047
is applied. This solicitation is issued on an a unrestricted basis for
the following: Recurring shipments of Reagents and consumable
laboratory supplies used in a Coulter Corporation Blood Cell analyzer,
model MAXM, ser.no. U37320, (Mfr.: Coulter Corporation). Award will be
made for a Base period of one year (October 1, 1997 To September 30,
1998) and three one year option periods. (note: Award of the base year
does not commit the government to renewing the option years). Material
required is as follows: Item 0001: (24) ea., Uni-T-Pack, P/N:
1640-8546940, (2) per month. Item 0002: (60) ea., Isotone III Diluent
20L P/N: 1640-8547633, (5) per month. Item 0003: (24) ea., Lyse-S
Reagent IL, P/N: 1640-8546983, (6) bottles per three months. Item 0004:
(12) ea., Coulter Clenz cleaning agent, 5L, P/N: 1640-8546930, (3)
boxes per three months Item 0005: ( 8) ea., Priming Solution, 5X16ML,
P/N: 1640-7546915, (2) pkgs., per three months. Item 0006: (24) ea.,
Scatter Pack Standard, P/N: 1640-7546917, (6) pkgs., per three months.
Item 0007: (4) ea., S-Cal Standardization Solution, P/N: 1640-7546808,
(1) pkg., per three months. Item 0008: (48) ea., 5C Tripack Control,
9X3.3ML, P/N: 1640-7547001, (4) pkgs., per month. Item 0009: (4) ea.,
S-Cal Kit, T-Series, P/N: 1640-7546808, (1) kit per three months. Item
0010: (36) ea., 4C Plus Tripack, 6X3.3M, P/N: 1640-7546968, (3) pkgs.,
per month. Item 0011: (8) ea., Directigen Meningitidis Combo Kit, P/N:
VL852360, (2) kits per three months. Item 0012: (8) ea., Latron
Control, 5X16ML, P/N: V273-856, (2) pkgs., per three months Item 0013:
(8) ea., Sickle Screen Controls, 4X.05ML, P/N: V251-051, (2) boxes per
three months. Item 0014: (16) ea., Sickle Cell Screen Kit, P/N:
22-251-050, (4) pkgs., per three months. The recurring shipment of
materials will be made to the following address: Receiving Officer,
Naval Hospital, Bldg. 1145, Marine Corps Air Ground Combat Center,
Twenty-Nine Palms, CA. 92278. Delivery of the items when scheduled are
required to be delivered by the first of each month. Invoices are
required to be submitted on a monthly basis and are to include as a
minimum certain identifying information such as: Purchase order number,
requisition numbers etc. Actual requirements to be determined prior to
award. Inspection and Acceptance will be at Destination. Prospective
offers should provide the following information: Current pricing,
delivery time, payment terms, Cage code, Duns/Bradstreet number and
Taxpayers Identification Number (TIN), and a minimum of (2) prior
references listing similar or same type material delivery services
(Provide Company names, Company Officials and phone numbers). The
following provisions and clauses are applicable and are hereby
incorporated into the solicitation by reference and will be provided by
the contracting officer in full text upon request: FAR 52.212-1,
Instructions to Offerors Commercial Items applies. Addendum clause FAR
52.215-18, Facsimile Proposals also applies. Offerors are required to
complete and include a copy of the following provisions with their
proposals: FAR 52.212-3, Offeror Representation and certifications
Commercial Items, FAR 52.212-4, Contract terms and Conditions
Commercial Items, FAR 52.211-5, addendum New Material, FAR 52.219-6,
Notice of Small Business Set-Aside, FAR 52.212-5, Addendum to FAR
52.212-1, Paragraph (b)(5): Offerors shall provide an express warranty
which at a minimum shall be the same warranty terms, including offers
of extended warranties, offered to the general public. Express
warranties shall be included in the contract. The clause at 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Commercial Items applies with the following applicable
clauses for paragraph (b): FAR 52.222-26, Equal Opportunity, FAR
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers;
FAR 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era; DFARS 252.225-70001, Buy American Act and
Balance of Payment Program; and DFARS 252.225-7012, Preference for
Certain Domestic Commodities. The government intends to make a single
award of a Firm Fixed Price Order to the responsible offeror whose bid
provides the best value to the government based on the following
criteria: 1) Prior Performance 2) Overall pricing for material and
delivery. Quotations from responsible offerors and inquiries may be
faxed to the Bid Officer 619-532-1088/1089 or Contracting Officer
619-532-2347. Quotes must be received no later than 4:00 p.m. (PDT)
7/07/97, and will be accepted by fax or e-mail (ralph_a._
franchi@fmso.navy.mil) Do not mail in your response unless instructed
to do so. (0167) Loren Data Corp. http://www.ld.com (SYN# 0251 19970619\65-0002.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|