Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2003 FBO #0633
SOLICITATION NOTICE

65 -- CONTINUOUS MONITORING INCUBATOR SYSTEM AND CONSUMABLES

Notice Date
8/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
DADA15-03-T-0212
 
Response Due
8/29/2003
 
Archive Date
10/28/2003
 
Point of Contact
Laura Tomitz, 202-782-1121
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(laura.tomitz@na.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial item(s) prepared in accordance with FAR12.6, as supplemented with additional information included in this notice. The Solicitation document and incorporated Provisions and Clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. This announcement constitutes the solicitation. DADA15-03-T-0212 is issued as a Request for Quote (RFQ)) for Walter Reed Army Medical Center, 6900 Georgia Avenue NW, Washington, DC 20307. This Procurement is unrestricted, the SIC Code is 2835; the North American Industry Classification System (NAICS) code is 325413; the FSC 6550. The MEDCOM Contracting Center-North Atlantic intends to award on a brand name or equal basis an IDIQ contract with a base year and four option years two Continuous Monitoring Incubators and associated consumables under a cost per test model. The brand names are Trek ESP II Versatrek or Becton Dickenson BACTEC Model 9240. The two incubators will be from one manufacturer. One Conti nuous Monitoring Incubator system will culture blood in a broth-based bottle system. The incubator will hold at least 480 bottles simultaneously; use Aerobic (standard) or equivalent adult blood culture bottles, broth-based media (12,000 cultures per year) ; use Anaerobic (Lytic) or equivalent adult blood culture bottles, broth-based media (12,000 cultures per year); use Pediatric blood culture bottles (2,000 cultures per year). The second Continuous Monitoring Incubator will be used for Mycobacteriology cul tures. This incubator must hold at least 300 bottles simultaneously; use Mycobacterial blood culture bottles or equivalent, broth-based media (3,000 cultures per year at one bottle year). Contract must provide media supplements and Decontamination reagents . Mycobacteriology incubator must have the ability to perform susceptibility testing on M. tuberculosis. Quote must have pricing for all consumables. For both systems, contractor will provide 24 hour, 7 days per week maintenance on instrumentation with 24 hour on-site response when required; have software to manage data; be upgraded with regard to both hardware and software as technology advances; provide on-site hardware and software training.Contract payment to be made by Government credit card. Periods o f Performance are 1October 2003 through 30 September 2004; 1 October 2004 through 30 September 2005; 1 October 2005 through 30 September 2006; 1 October 2006 through 30 September 2007; and 1 Oct 2007 through 30 September 2008. Delivery terms shall be FOB Destination, Walter Reed Army Medical Center, Building 2, Room 2B37, Material Distribution Branch, 6900 Georgia Avenue NW, Washington, DC 20307. The following Provisions and Clauses are incorporated and shall remain in full force in any resulting purchase order: FAR 52.211-6 Brand Name or Equal. Technical literature must be provided with quote. FAR Part 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation??????Commercial Items, FAR 52.212-3 Officers Representations and Certificat ion-Commercial Items. Officer Certifications and Representations must be submitted with quote. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. Contract will be awarded best value. Evaluation factors will be quality/technical capability, pas t performance, and price. Provide three references of similar Governmental contracts by name, place of business, phone number, and Government contract number. Bi-directional interface to Composite Healthcare System (CHCS) laboratory system is optional, b ut preferred. Technical capability will also be based on technical literature provided with proposals. Technically capable vendors are FDA-approved for the manufacture, sale, and distribution of stated products. FAR 52.212-5 Contract Terms and Conditions R equired to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, FAR 52.216-18 Ordering, FAR 52.216-19 Order Limitation s Minimum order of one unit, Maximum order 10,0000 units or any combination in excess of $500,000.00, FAR 52.216-21 Requirements Contractor shall not be required to make any deliveries under this contract after the base period, FAR 52.216-22 Indefinite Qu antity Contractor shall not be required to make any deliveries under this contract after the base period, FAR 52.217-4 Evaluations of Options Exercised at Time of Contract Award, FAR 52.217-5 Evaluation of Options, FAR 52.217-9 Option to Extend the Term of the Contract. The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before contract e xpires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option the extended contract shall be considered to include this option clause. The total duration of this contract including the exercise of an y options under this clause, shall not exceed sixty (60) months. FAR 52.222-3 Convict Labor, FAR 52.225-1 Buy American Act-Supplies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Sp ecial Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.232-19 Availability of Funds for the Next Fiscal Year, FAR 52.232-36 Payment by Third Party, FAR 52.233-3 Protest After the Award, FAR 52.237-3 Continuity of Services, FAR 52.247-34 F.O.B. Destination, FAR 52.252-1 Solicitation Provisions Incorporated By Reference, DFARS 252.204-7004 Re quired Central Contractor Registration, and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The government reserves the right to make award on the in itial quote received without discussions. The Government will consider all quotes received by 10:00AM 29 AUGUST 2003. Note: THE FULL TEXT OF THE Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.deskbook.osd.mil. Defense Feder al Acquisition Regulations Supplemental www.dtic.mil/dfars. All interested parties must be registered in the Central Contractor Register (CCR) www.ccr.gov in order to receive an award. Interested parties shall provide detailed information on proposed pro ducts, which clearly meet the requirements stated above. Response(s) may be via E-mail or on company letterhead; include company??????s name, point of contact, address, phone number, Duns Number, Tax ID, and Solicitation Number. Responses may be faxed to 202-782-0806, ATTN: Laura Tomitz, or e-mailed to laura.tomitz@na.amedd.army.mil. SUE ANN LAUGHREY Approved for Electronic Release via Internet
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
Country: US
 
Record
SN00410034-W 20030824/030822213629 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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