Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2005 FBO #1432
SOLICITATION NOTICE

65 -- Temptale 4 Multiple use, single use, dry ice monitors and associated readers

Notice Date
10/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-06-T-0034
 
Response Due
11/19/2005
 
Archive Date
1/18/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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 United States Army Medical Research and Acquisition Activity (USAMRAA), Ft D etrick, MD intends to issue a sole source award (Note 22) to Sensitech based on FAR13. Solicitation W81XWH-06-T-0034 is issued as a commercial Request for Quotation (RFQ). The following contract line items (CLINS) will be under contract and may be order ed by authorized users. CLINs  0001, TempTale 4 Multiple Use Monitor, #T4500-01-001; CLIN 0002 single use monitor, #T4400-01, CLIN 0003 Dry Ice monitor, #TempTale D, CLIN 0004 TempTale Interface Kit (Optical Reader Interface and PC Software ). The Gov ernment reserves the right to add new products as they are made available for commercial use by mutual agreement with the vendor.Resulting contract will be an indefinite delivery, indefinite quantity (IDIQ) award for five years. Current anticipated usage by the Army Medical Department is 7200 Multiple Use Monitors annually. Delivery shall be to United States Army Medical Material Agency (USAMMA), 1423 Sultan Drive, Ft. Detrick, MD 21702 and United States Army Medical Material Center-Europe, APO Germany. T he monitors and readers are already in use by USAMMA and USAMMCE shipments in order to assure product efficacy within the Cold Chain Management shipping process into the Iraqi and Afghanistani theater. Readers are forward deployed throughout this process. The Sensitech products can only be read by the Sensitech readers. The TempTale monitors have the following salient characteristics: they are portable data acquisition units that record temperatures to the tenth of a degree. The monitors are capable of moni toring both ambient and core temperatures. Time and temperature detail can be displayed in either graphical or tabular format. The trip summary provides the user with a snapshot of the trip results. The Solicitation document and incorporated Provisions and Clauses are those in effect through Federal Acquisition Circular (FAC) 2005-06. This Procurement is set aside for small business. The SIC Code is 8734; the North American Industry Classification System (NAICS) code is 334513. The following Provisions an d Clauses are incorporated and shall remain in full force in any resulting purchase order: FAR Part 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 EvaluationCommercial Items. This procurement will be awarded to that offer, price and o ther factors considered, that represents the best value to the Government, where the technical solution is valued greater than cost/price. The factors to be evaluated are (1) techincal capability of the offered item to meet the salient characteristics or features and (2) price. FAR 52.212-3 Officers Representations and Certification-Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items. Award will be made based on lowest price from responsive, responsible vendor. FAR 52.212-5 Co ntract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, FAR 52.216-18 Ordering, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special 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 52.232-36 P ayment by Third Party, FAR 52.247-34 F.O.B. Destination, FAR 52.252-1 Solicitation Provisions Incorporated By Reference, FAR 52.252-2 Clauses Incorporated By Reference, DFARS 252.204-7004 Required 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 initial quote received without discussions. The Government will consider all quotes received by 19 November 2005. Note: THE FULL TEXT OF THE Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.desk book.osd.mil. Defense Federal Acquisition Regulations Supplemental www.dtic.mil/dfars. All interested parties must be registered in the Central Contractor Register (CCR) in order to receive an award. Interested parties shall provide detailed information on proposed products, which clearly meet the requirements stated above. Response(s) may be via E-mail or on company letterhead; include companys name, point of contact, address, phone number, Duns Number, Tax ID, and Solicitation Number. Responses may b e faxed to 301-619-2195, ATTN: Laura Tomitz, or e-mailed to laura.tomitz@det.amedd.army.mil
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN00921307-W 20051028/051026212132 (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.