COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10, 2001 PSA #2912
SOLICITATIONS
65 -- D-METHAMPHETAMINE AND DESIGNER AMPHETAMINE REAGENT (MDMA & MDA)
- Notice Date
- August 8, 2001
- Contracting Office
- Naval Medical Logistics Command, Code 02, 1681 Nelson Street, Ft. Detrick, MD 21702-9203
- ZIP Code
- 21702-9203
- Solicitation Number
- N62645-01-R-0008
- Response Due
- August 22, 2001
- Point of Contact
- Ralph Payne 301-619-3026
- Description
- The response date is changed to August 22, 2001 in lieu of August 31, 2001. It appears that in the original announcement that not all of the text was captured. Here is the balance of the requirement from INSTRUCTIONS FOR PREPARATION OF PROPOSALS on. 1. INSTRUCTIONS FOR PREPARATION OF PROPOSALS. Offerors must submit a comprehensive proposal. Information provided should be precise, factual and complete. Any proposal that does not offer as a minimum, that which is requested, may be determined to be substantially incomplete and not warrant any further consideration. The Government will award a contract to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered. 1a. Business Proposals must be submitted in an original and one (1) copy and MUST INCLUDE THE FOLLOWING: 1a(1). Proposed prices will be provided with offerors submitting a per test price based on the estimated number of tests stated above for CLIN 0001 through 0006. 1a(2). Offerors shall state the total number of tests per kit proposed. The number of tests shall be based on the reagent volume recommended by the equipment manufacturer. 1a(3). Offerors shall provide an order and delivery schedule. The proposed schedule will include Order Dates (latest date order can be placed), and Order Delivery Dates (date orders will be delivered). 1(b). Technical Proposals must be submitted in an original and three (3) copies. First, offerors will provide the information specified in Technical Evaluation Factors A, B and C below. Second, offerors will subsequently be notified of the Performance Test (Factor D) of their reagent to determine compliance with Section C. All reagent for the Government evaluation test will be provided at no cost to the Government. 2. EVALUATION FACTORS. Listed below are the technical and price evaluation factors that will be used. The overall technical factors are substantially more important than price. 2a. Technical Evaluation Factors. 2a(1). Factor A -- FDA Certification. Certification of FDA approval for the proposed d-Methamphetamine reagent. Documentation of FDA license for use shall be provided with the offerors' proposal. 2a(2). Factor B -- Quality Assurance Program. (a) Package insert containing complete, accurate and verifiable information regarding: (1) Explanation and principles of the testing procedure. (2) Description of each reagent composition. (3) Instructions for reagent handling, mixing, and storage. (4) Reagent stability and storage requirement unopened and as an open working reagent. (5) Calibration setting for use on the Roche Chemical Analyzer Systems (DDP, DPP, DP/PP). (6) Calibration frequency for use on the Roche Chemical Analyzer Systems (DDP, DPP, DP/PP), to maintain calibration and control performance. (7) Performance characteristics anticipated in terms of accuracy, precision, and sensitivity to the principal analyte(s). (8) Table of cross reactivity and specificity to d-Methamphetamine and designer amphetamine metabolites as compared to common over-the-counter medications, or similar isomeric analogue compounds, and other principal drugs of abuse namely LSD, THC, barbiturates, cocaine, benzoecognine, opiates, PCP, etc. 2a(3). Factor C -- Past Performance. (a) Provide dates of contracts, both Government and commercial, for the same or similar immunoassay reagents performed in the past three year period as follows: Name, address, and telephone number of the contracting organization; contract number and dollar value; date of contract and period of performance; and brief description of contract. For Government contracts, identify the name and telephone number of the procuring and administrative Contracting Officer(s). (b) Quality: State for each contract cited above, the total number of rejected or returned reagents, with reasons for rejection, and total number of kits replaced. (c) Responsiveness: For each of the contracts cited above subject to recall or return, provide information regarding the vendor's ability to provide timely replacement reagents. 2a(4). Factor D -- Evaluation Test. The Government will conduct a performance test of offeror's reagent at the Navy Drug Screening Laboratory, Jacksonville, FL. The test will validate that the offeror's reagent meets the statement of work. The test will be conducted in accordance with the established protocol that is posted on the NMLC home page at http://www-nmlc.med.navy.mil, click on Acquisition Management Directorate, Contractor Information, Protocol for d-Methamphetamine Testing. 2b. Price Evaluation Factors. Price proposals will be evaluated with consideration to the following factors: (a) Completeness. The offeror has submitted the price per test, total number of tests per kit, order and delivery schedule, completed all required representations and certifications, and acknowledgement to any amendments. (b) Reasonableness. The Government's determination that the proposed price is fair and reasonable based on price analysis. (c) Realism. The offeror's CLIN prices will be examined to identify unusually low pricing, inconsistent pricing patterns, and potential misunderstanding of the requirements. The Offeror Representations and Certifications-Commercial Items at FAR 52.212-3 and the provision at DFARS 252.212-7000, Offerors Representations and Certifications-Commercial Items apply and must be submitted with the offeror's business proposal. The Contract Terms and Conditions-Commercial Items at FAR 52.212-4 apply. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Item (XXX2001)(Deviation) applies. The following clauses cited in DFARS 252.212-7001 apply: 252.205-7000, 252.225-7012, 252.243-7002, 252.247-7023 and 7024. DFARS 252.204-7000, Required Central Contractor Registration applies. Addendum clauses that apply are 52.216-18, Ordering; 52.216-19, Order Limitations; 52.216-21, Requirements. Proposal's are due at Naval Medical Logistics Command by 1:00 PM on or before August 31, 2001. Point of contact is Ralph Payne, 301-619-3026 or email REPayne@us.med.navy.mil.
- Record
- Loren Data Corp. 20010810/65SOL006.HTM (W-220 SN50U373)
| 65 - Medical, Dental and Veterinary Equipment and Supplies Index
|
Issue Index |
Created on August 8, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|