SOLICITATION NOTICE
65 -- System to run Fetal Fibronectin Test
- Notice Date
- 1/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W45XTR63381050
- Response Due
- 1/16/2007
- Archive Date
- 3/17/2007
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation W45XTR63381050 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. This acquisition is solicited as a 100% Small Business set-aside for NAICS 339112, size 500 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand name or Equal applies to this acquisition. The requirements of this soli citation are: Item no. 0001: Startup Equipment and Supplies: MFG: Adeza Medical Corporation, Brand Name or Equal Specifications; Cat #01202, TLIIQ System Analyzer, 1 EA; Cat #01200, Kit, RAPFFN 26 Cassette System, 1 Kit; Cat #01200, Kit, RAPFFN 26 Casse tte System, 1 Kit for validation purposes; Cat #01166, Kit, Rapid FFN Controls, 1 Kit for validation of instrument; Cat #01200, Kit, RAPFFN 26 Cassette, 1 Kit for CLIA compliance only; Cat #01166, Kit, Rapid FFN Controls, 1 Kit for CLIA compliance only; Ca t #00797, Kit, Specimen Collection (8s), 6 Kits Item no. 0002: Kit, RAPFFN 26 Cassette TLIIQ System; for replenishment of supplies: Cat #01200, Delivery schedule: 2 Kits per month in Jan 07 Mar 07; 1 Kit per month Apr 07 Sep 07 for a total of 12 kit s. Item no. 0003: Kit Rapid FFN Controls; for replenishment of of supplies: Cat #01166, Delivery schedule: 2 Kits in Jan 07 for a total of 2 kits. Item no. 0004: Kit Specimen Collection (8s); for replenishment of supplies: Cat #00979, Delivery sched ule: 5 Kits in Jan 07 Feb 07, 4 Kits per month Mar 07 Sep 07 for a total of 38 kits. Item no. 0005: TLIIQ QCETTE, Assem/Pkg/Labeled; for replenishment of supplies: Cat #01175, Delivery schedule: 1 package in Jan 07 for a total of 1 package. Item no. 0006: Printer labels; for replenishment of supplies: Cat #01088; Delivery schedule: 1 package in Jan 07 for a total of 1 package. The manufacturer for these items is Adeza Medical Corporation; all items are Brand name or equal specifications. Salient Characteristics: CAT #01202: reusable Quality Control device; QCette verifies analyzer performance within specification; total tech time less than 60 seconds per test; results in 23 minutes. CAT #01200: 26 cassettes; run positive and negative c ontrols; shelf life: 18 months from the date of manufacture. Cat #01166: includes a liquid Positive Control (2.4 ml/Red bottle) and a liquid Negative control (2.4 ml/Blue bottle); expiration date of 6 months once opened. Cat #00797: contains 8 sterile, dacron swabs and 8 tubes with buffer azide solution; one specimen collection kit enough for 8 different patient samples. Cat #01088: Prints TLi IQ patient and QC results; packaged 400/roll. Cat # 01175: stored at room temperature (15 deg to 30 deg C/ 59 deg to 86deg F) lasts indefinitely if stored properly. Clauses throughout this solicitation can be viewed by accessing website http://farsite.hill.af.mil/ . Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. Initial delivery: on or before 22 January 2007. Preferred shipp ing method is FOB destination to US Army MEDDAC DACH, Material Branch Log Div, Building 36000, Ft Hood, TX 76544-5063. Vendor shall indicate on their price quote if shipping method will be other than FOB Destination. FAR Clause 52.211-6 (and other provi sions and clauses throughout this solicitation) can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: ht tp://www.acq.osd.mil/dpap/dars/dfars/. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) pro gram. The CCR can be accessed via the internet at www.ccr.gov/ . Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Factors: Technical Capability and Price. Technical Capability is significantly more important than Price. Provide the following information with your offer: 1. Technical Capability. If providing an equal, please comply with FAR Clause 52.2 11-6, Brand Name or Equal. NOTE: Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techni ques will be used will be considered insufficient. Insufficient explanations of how your company will comply with the above of this solicitation may cause your quote to receive a MARGINAL or UNSATISFACTORY rating. 2. Price. 3. Award will be on an all o r none basis. Evaluation Process: All quotes will be evaluated in accordance with the following criteria: 1. Each vendor will be evaluated on its Technical merit. Pricing will be evaluated to determine value offered for the price and the extent to whic h it is fair and reasonable in terms of the Governments requirement. The Government reserves the right to evaluate quoted prices on the basis of price realism and will consider quoted prices as an indication of understanding the scope and complexity of t he Governments requirement. 2. The award decision will be based on the Best Value offered to the Government and not solely on price and price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of a ll factors. 3. Price could become the determinative selection factor if the quality of quotes is determined to be essentially equal, or if a quote deemed superior in technical quality is determined not to be worth the high price premium. The trade-off b etween technical merit and price could result in awarding to other than the low offeror. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their offer. FAR Clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition. FAR Claus e 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub-FAR Clauses apply: 52.219-6 [Notice of Total Small Business Set-Aside]; 52.222-3 [Convict La bor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Othe r 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]; 52.225-13 [Restrictions on Certain Foreign Purchase s]; 52.232-36 [Payment by Third Party]. DFARS Clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with the following sub DFARS clauses apply to this acquisition: DFARS 252.225-7001 [Buy American Act and Balance of Payment Program], 252.247-7023 [Transportation of Supplies by Sea]. The closing date and time of this solicitation is 16 January 2007, 4:00 P.M. Central Standard Time. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax quotes to Great Plains Regional Contracting Office (210) 916-1750 or 210-916-3040. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Maxine Coburn, phone: (210) 916-7741, e- mail Maxine.coburn@amedd.army.mil.
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
- Zip Code: 78234-6200
- Country: US
- Zip Code: 78234-6200
- Record
- SN01207403-W 20070110/070108220934 (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 |