Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2006 FBO #1746
MODIFICATION

66 -- VACUTASINER GLASS STERILE TUBES

Notice Date
9/5/2006
 
Notice Type
Modification
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street Butler Square, 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
06-59475
 
Response Due
9/7/2006
 
Archive Date
9/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO CHANGE THE SPELLING OF THE BRAND NAME VACUTAINER AND TO INCLUDE THE BRAND NAME OR EQUAL FAR PROVISION TO THIS COMBINED SYNOPSIS/SOLICITATION. IF SUBMITING QUOTATION FOR OTHER THAN VACUTAINER BRAND, THE ?EQUAL? PRODUCT MUST MEET THE SALIENT PHYSICAL, FUNCTIONAL, OR PERFORMANCE CHARACTERISTIC SPECIFIED UNDER THE HEADING SPECIFICATIONS N THIS SOLICITATION AND WE WILL REQUIRE 2 SAMPLES. >>>>>>>>>>>>>>>>>>>>>>>> >>>>>>>> The USDA, Animal Plant Inspection Service (APHIS), National Logistics Support Center, Kansas City, Missouri, intends to procure vacutainer (name brand or equal) glass sterile tubes per specifications shown at the end of this anouncement. F.O.B. Destination. Submit faxed quotations to Purchasing Section, at (612) 370 2136, Attention Jayne Frommes. QUOTATIONS ARE DUE SEPTEMBER 7, 2006 BY 10:00 a.m. Central Daylight Savings time. Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12. A firm fixed price purchase order will be awarded. This is an interim supply until a formal contract can be awarded. Small Business set-aside under NAICS Code: 339111. Business size: 500 employees. THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The referenced number for this effort is 06-59475 and consists of one line item as described in specifications. This solicitation document incorporates provisions and clauses which are in effect through the most current Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference: Instructions to Offerors Commercial Items 52.212 1; Evaluation Commercial items 52.212 2; Offeror Representations and Certifications 52.212 3; Contract Terms and Conditions Commercial Items 52.212 4; Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items 52.212 5; The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.211-6 Brand Name or Equal; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-3 Buy American Certificate-Free Trade Agreements-Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. The above clauses may be viewed on the website: www.arnet.gov/far. ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTATION FOR CONSIDERATION. ******SPECIAL NOTE: Offers shall include 52.212-3 Representations and Certifications, which may be submitted from the website: http://orca.bpn.gov ******* Quotes must for delivery f.o.b. destination, Kansas City, Missouri. All offers must be signed. In accordance with FAR 52.212-2, the Government will award a purchase order 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. Technical and past performance when combined are significantly more important than cost or price. All offers shall include delivered price and the following information: Company Name: ___________________________________________________ Company Address: _________________________________________________ Contact Name _____________________________________________________ Telephone number: _________________________________________________ Tax Payer Identification Number: ______________________________________ DUNS number___________________ and business size ___________________ SPECIFICATIONS: 7 ml vacutainer glass sterile tubes (12 x 100 mm) The tubes shall be glass, plain, sterile, silicone coated on the inside, prelabeled with premeasured vacuum sufficient to draw 7 ml of blood. Tubes shall be sealed with a red rubber stopper and shall be 13mm outside diameter, and 100mm in length. The tubes shall be packed 100 per box, 10 boxes per case. The outside of each case shall be labeled with our warehouse stock number Z888-00-000-0037 and our purchase order number. QUANTITY: 1500 CASES $ _____________PER CASE. PROVIDE DELIVERY DATE, ARO: __________________ PACKAGE MARKING INSTRUCTIONS: Each outermost container shall include our stock number, which will be provided when the purchase order is awarded, and our purchase order number. Containers shall meet Federal Express and United Parcel Service shipping requirements. Boxes shall be sealed in two directions (length and girth), with some type of reinforced tape. Pallets shall not be stacked higher than 52 inches.
 
Place of Performance
Address: 1510 EAST BANNISTER ROAD BLDG 1 KANSAS CITY MO
Zip Code: 64131
Country: UNITED STATES
 
Record
SN01133649-W 20060907/060905220102 (fbodaily.com)
 
Source
FedBizOpps 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.