Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2005 FBO #1356
SOLICITATION NOTICE

65 -- Laboratory Reagent Supplies

Notice Date
8/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-05-T-0092
 
Response Due
8/22/2005
 
Archive Date
9/6/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR 12.6 using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5 as supplemented with the additional information included in this notice. This announcement constitutes the solicitation; a written solicitation will not be issued. Solicitation N00259-05-T-0092 applies and electronic copy can also be accessed at http://www.neco.navy.mil. This acquisition is unrestricted. The agency need for laboratory reagent supplies. The NAICS is 339112. The period of performance will begin 10/1/05 thru 9/30/06. Delivery schedules will be identified at contract award. Quoters must be registered in the central contractor registration; website is www.ccr.gov to be considered for award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-4 and DFAR Change Notices effective through 6/21/05. Applicable clauses are FAR 52.212-1, Instructions to Offerors ? Commercial Items, 52.211-6 Brand Name or Equal, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.204-7 Central Contractor Registration, 252-225-7002 Qualifying Country Sources As Subcontractors, 52.212-4, Contract Terms and Conditions ? Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses: 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 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, 52.225-13 Restrictions on Certain Foreign Purchases. 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: DFARS 252.225-7001, Buy American Act and Balance of Payment Program and 252.232-7003 Electronic Submission of Payment Requests, 52.252-2 Clauses Incorporated by Reference, 52.247-34 F.O.B. Destination. 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. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) past performance. Provide references, specifically addressing: laboratory reagent supplies in the last 3 years. (2) technical capability. Defined as an assessment of the prospective contractor's key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to produce the required product or provide the required service, must specifically address a management plan in adequately staffing the task order effort with individuals who meet the qualifying knowledge, skills, abilities, experience for providing laboratory reagent supplies and (3) price. Contractors who do not meet the first 2 factors will not undergo a price evaluation. Past Performance and Technical Capability will have more importance than cost or price. Description of Supplies/Services: CLIN 0001 Liquicheck Immunoassay Plus Control, 12 x 5ml per pg, Level 1 QTY: 15 PG X ____ = _____. Supplies/items that require special handling, e.g. refrigeration, time sensitive, open immediately etc., will be marked in a clear manner with a lable that is easily read, understandable and larger than 3"x3" (9 sw in). The label will be placed in three or more locations on the container (top & sides). Supplies/items that require refrigeration will have both the required celsius and fahrenheit temperature identified. This special handling also applies to line items 0002 thru 0014. CLIN 0002 Liquicheck Immunoassay Plus Control, 12 x 5ml per pg, Level 3 QTY: 15 PG X _____ = _____. CLIN 0003 Liquicheck Urine Chemistry Control, 12 x 10ml per pg, Level 1 QTY 12 PG X _____ = ______. CLIN 0004 Liquicheck Urine Chemistry Control, 12 x 10ml per pg, Level 2 QTY: 12 PGt X ______ = _____. CLIN 0005 Liquicheck Cardiac Markers Control, Level 1 QTY: 10 PG X ______ = ______. CLIN 0006 Liquicheck Cardiac Markers Control, Level 3 QTY: 10 PG X ______ = ______. CLIN 0007 Liquicheck Spinal Fluid Control, 6 x 3ml Level QTY: 12 PG X ______ = ______. CLIN 0008 Liquicheck Spinal Fluid Control, 6 x 3ml Level 2 QTY: 12 PG X ______ = ______. CLIN 0009 Liquicheck Urine Toxicology Negative Control, 10 x 20ml Level 2 QTY: 10 PG X ______ = ______. CLIN 0010 Liquicheck Urine Toxicology Negative Control, 10 x 10ml level S3 QTY: 10 PG X ______ = ______. CLIN 0011 Liquicheck Serum Volatiles Control, 6 x 5ml Level 2 QTY: 4 PG X ______ = ______. CLIN 0012 Kallestad ANA Substrate Hep 2 QTY: 16 Kit X ______ = ______. CLIN 0013 Kallestad Mouse Stomach/Kidney Substra QTY: 12 Kit X ______ = ______. CLIN 0004 Kallestad Crithidium Lucillae Substrate QTY: 12 Kit X ______ = ______. TOTAL FOR CLINS 0001 THRU 0014: ________. The government intends to make a single firm fixed contract award to the responsible offeror whose offer is the most advantageous to the government considering price and other factors considered . 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 company?s complete mailing and remittance addresses, discounts for prompt payment, if any, anticipated delivery/availability of products, 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 8:00 AM, pacific standard time on August 22, 2005, and will only be accepted via e-mail @ (ogsalas@nmcsd.med.navy.mil) or at the following physical address: Naval Medical Center, Acquisitions Division, Material Management Department, 34800 Bob Wilson Drive, Suite 8, San Diego CA 92134.
 
Place of Performance
Address: Naval Medical Center, San Diego, 34800 Bob Wilson Drive, Suite 8, San Diego, Ca
Zip Code: 92134
 
Record
SN00868529-W 20050813/050811212728 (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.