|
COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1999 PSA#2399Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 65 -- RECURRING SHIPMENT OF LABORATORY TEST KITS FOR A ABBOTT IMX
CHEMISTRY ANALYZER SOL N00244-99-T-B025 DUE 081399 POC contracting
officer @619-532-2588; FAX 619-532-2347 WEB: Click here to review other
requirements for FISC San, http://sd.fisc.navy.mil. IMPORTANT NOTICE:
DFARS 252.204-7004 "Required Central Contractor Registration" applies
to all solicitations issued on / or after 06-01-98. Lack of
registration in the CCR database will make an offeror / quoter
INELIGIBLE FOR AWARD. Please ensure compliance with this regulation
when submitting your quote. Call 1-888-227-2423 or visit the Internet
at http://ccr.edi.disa.mil for more information. FISC San Diego is
announcing its intent to issue an unrestricted procurement; all
responsible sources may submit an offer. This is a combined synopsis /
solicitation for commercial items prepared in accordance with FAR 13
and the format in FAR subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN
SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ
N00244-99-T-B025 applies. This solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-11 and Defense Acquisition Circular 91-13. The standard
industrial code is 5047 and the business size standard is 100employees.
The agency need is for recurring shipment of laboratory test kits for
their Abbott IMX chemistry analyzer, located at the Naval Hospital 29
Palms CA. This requirement is for a fixed priced contract for eight (8)
line items as follows. Item 0001) IMXHBSAG -- 100 tests per kit, a kit
shall include controls and mode 1 calibrator. Two kits shall be
delivered each month. P/N: 2228-66. Item 0002) IMX Select Chlamydia
Assay, 100 tests per kit, 8 kits shall be delivered each quarter. P/N:
2206-45. Item 0003) IMX Select Chlamydia Controls. Kit = 1 package =
2 vials. Three (3) kits shall be delivered quarterly. P/N: 2206-10.
Item 0004) IMX Select Chlamydia Blocking Reagent 4ML. Two (2) kits
shall be delivered per quarter. P/N: 2206-60. Item 0005) Test pack HCG
Combo Kit, 40 per kit, 24 kits delivered per quarter. P/N: 3A60-21.
Item 0006) MEIA 2 Dilutent Buffer, 12 bottles shall be delivered per
quarter. P/N: 8374-04. Item 0007) IMX Probe Cleaning Solution 110ML,
one bottle shall be delivered quarterly. And Item 0008) shipping and
handling of above supplies. Quotes will be accepted on a "Brand Name or
Equal" basis. The following brand name products are known to be
acceptable: 1) Abbott Laboratories. All items are to be delivered to:
29 Palms Naval Hospital CA. The provision at FAR 52.212-1, Instructions
to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1,
Paragraph (b)(5): Offers 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. Clause 52.212-4, Contract Terms and
Conditions -- Commercial Items applies as well as the following
addendum clauses: FAR 219-1, Small Business Program Representations;
FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5,
Material Requirements. 52.232-18, Availability of Funds. 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 Disabled Veterans and Veterans of
the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with
Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans
and Veterans of the Vietnam Era, 52.232-33 Payment by EFT, and
52.232-36, Payment by 3rd party. DFARS 252.212-7001, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial Items, applies with
the following clauses applicable for paragraph (b): DFARS 252.225-7001,
Buy American Act and Balance of Payment Program; and DFARS
252.225-7012, Preference for Certain Domestic Commodities; and addendum
provision DFARS 252.211-7003, Brand Name or Equal. 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. The government intends to make a
single award to the responsible offeror whose offer is the most
advantageous to the government considering price and price-related
factors. Provision 52.212-2, Evaluation -- Commercial Items, applies
with paragraph (a) completed as follows: Award will be made to the
offeror that meets the solicitation's minimum criteria for technical
acceptability at the lowest price. (option 1) To be determined
technically acceptable, the offeror must furnish product literature
that demonstrates the products offered meet all requirements stated in
the above purchase descriptions for Line Items 0001 through 0007. (In
addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and
5252.215-9403, Additional Evaluation Factors -- Contractor Evaluation
System, Red / Yellow / Green Program applies. Note: The full text of
the Federal Acquisition Regulations (FAR) can be accessed on the
Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal
Acquisition Regulation Supplement (DFARS) can be accessed on the
Internet at www.dtic.mil/dfars. Parties responding to this solicitation
may submit their quote in accordance with their standard commercial
practices (e.g. on company letterhead, formal quote form, etc.) but
must include the following information: 1) Company's complete mailing
and remittance addresses, discounts for prompt payment, if any (e.g. 1%
10 days), anticipated delivery / availability of product / s, the
company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number.
In addition, if you are quoting on a comparable commercial item,
product literature must be included. All FAR certifications and
representations specified above must also accompany your quote. Quotes
must be received no later than 3:00 PM, local time, 08-13-99, and will
be accepted via fax (619-532-2347) or via e-mail
1(jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted, as an
attachment to an e-mail should be sent in Word Version 6.0 or higher.
Posted 07/28/99 (W-SN360268). (0209) Loren Data Corp. http://www.ld.com (SYN# 0361 19990730\65-0001.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|