SOLICITATION NOTICE
66 -- Johnson & Johnson (J&J) Diagnostic Laboratory, Chemistry, Hematology, Coagulation, Urinalysis, Microbiology and Blood Bank Cost-Per-Test (CPT) Reagents
- Notice Date
- 10/12/2005
- Notice Type
- Solicitation Notice
- NAICS
- 424210
— Drugs and Druggists' Sundries Merchant Wholesalers
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Medical, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- SP0200-05-R-5013
- Description
- The Defense Supply Center Philadelphia (DSCP) intends to enter into a long-term Firm-Fixed Price (with Economic Price Adjustment) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to support the worldwide demand for Johnson & Johnson Ortho-Clinical Diagnostic Cost-Per-Test (CPT) Laboratory, Chemistry, Hematology, Coagulation, Urinalysis, Microbiology, and Blood Bank diagnostic reagents. Through Market Research it has been determined that Johnson & Johnson diagnostic reagents are specifically configured to support Johnson & Johnson?s testing systems employed at the Military Treatment Facilities (MTFs) worldwide. No other manufacturer or distributor can provide the Johnson & Johnson diagnostic reagents to Continental United States (CONUS) and Outside Continental United States (OCONUS) customers on a CPT basis. It has been determined that there is only one known manufacturer, Johnson & Johnson, who has the capability of providing Johnson & Johnson CPT reagents. This solicitation will require Johnson & Johnson to submit a catalog detailing all of the diagnostic reagents for each MTF serviced. All prices for Laboratory, Chemistry, Hematology, Coagulation, Urinalysis, Microbiology, and Blood Bank diagnostic reagents must be developed based on the CPT pricing methodology. Under the CPT pricing methodology Johnson & Johnson provides the testing equipment to the individual MTF?s at no cost to the government. A ?usage fee? to use the equipment, service and training is amortized over the reagents that are used on that equipment, which is consistent with commercial practice. Johnson & Johnson will be asked to provide tables detailing the reagents, add-on options and any additional discounts. Johnson & Johnson will be required to supply all supporting price documentation needed to determine each customer CPT price and ECAT catalog(s) with an inclusive price for each MTF serviced. The price for all reagents may be adjusted annually for those customers who did not meet the previous years annual committed usage volume or who have a change in their product mix. All increases in catalog prices charged to each customer will be recalculated using the pricing tables (e.g. reagent, add-on and discount). A price decrease can occur any time throughout the life of the contract. The DSCP reserves the right to add new Johnson & Johnson diagnostic CPT reagents and related sole source supplies on a post award basis in compliance with the requirements outlined in the Competition in Contracting Act. CONUS catalogs will include Federal facilities located in the 48 Contiguous States and the District of Columbia, as well as Alaska and Hawaii. Pricing for the CONUS catalogs will be FOB Destination inclusive of transportation, handling cost or any additional fees. OCONUS catalogs will include Federal facilities located outside the continental United States. Pricing shall be inclusive of overseas packaging costs, handling costs or any additional fees but exclusive of all transportation costs. The Government?s commercial transportation carrier will be used to deliver products to OCONUS customers. After contract award, there will be no allowance for additional cost(s) or fees for any item awarded under this procurement initiative. All Purchase Order, Purchase Order Confirmation and Invoice transactions under this contract are required to be electronic. The contractor is required to use ECAT to electronically receive 850- Purchase Orders, transmit 997-Functional Acknowledgement?s, send 855-Order Confirmation?s, and transmit 810-Invoice?s for payment. There are (2) two communication options available for ECAT; Web Supplier Interface and American National Standard Institute (ANSI) X 12 EDI Standard. Johnson & Johnson must have the capability of using at least one of these eCommerce communication options. They will be required to successfully complete system testing prior to receiving an award under this solicitation. The contract resultant from this solicitation will have a one (1) year base period with four (4) one-year unilateral option periods. This procurement has an estimated dollar value of $35,000,000.00 over the total contract period. Solicitation SP0200-05-R-5013 is expected to become available October 31, 2005 and can be found on the DLA Procurement Gateway at http://progate.daps.dla.mil/home/.
- Place of Performance
- Address: Various
- Record
- SN00914392-W 20051014/051012211907 (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 |