Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2007 FBO #1871
SOLICITATION NOTICE

65 -- Blood bank testing reagents

Notice Date
1/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-07-T-0021
 
Response Due
1/18/2007
 
Archive Date
3/19/2007
 
Small Business Set-Aside
N/A
 
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 solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requeste d and a written solicitation will not be issued. W91YTZ-07-T-0021 is a request for quotation (RFQ); its document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-23 and 2001-19 Update. This is an unrestricted procurement. The Standard Industrial Classification Code is 2835 and the small business size standard is 500. The North American Industry Classification System Code is 325412. Contractor shall provide Blood Banking Reagents: (1) Ortho Confidence System Kit 720100, (2) Affirmagen 719210, (3) Coombs Control 719810, (4) Suriscreen 719100, (5) Diluent 2 MTS9225 (6) Tipmaster Tip MTS 9632, (7) 0.8% Resolve Panel A 719501, (8) 0.8% Affirmagen 719201, (9) Resolve Panel C 719410, (10) MTS A/B/D/ & Reverse Card MTS 0515, (11) MTS Anti-IGG Card MTS 4024, (12) MTS Diluent 2 Plus MTS9325, (13) Rhogam (D) Syringes 25 780715, (14) 0.8% Suriscreen 719101. The manufacturer is Ortho Clinical Diagnostics , 100 Indigo Creek Drive, Rochester, NY 14626-5101. The Government intends to make a sole source award for Blood Banking Reagents described herein to Ortho Clinical Diagnostics.Inc. All offers received in response to this solicitation will be considered. Responses will be used to determine whether bonafide competition exists. PERFORMANCE WORK STATEMENT: PRODUCTS WILL BE SHIPPED EVERY 28 DAYS 01 Jan 07 through 31 December 2007 QTY UI UNIT PRICE TOTAL ITEM 0001 Ortho Confidence System Kit 720100 20 kit (SHIP 2 KITS EVER 28 DAYS) ITEM 0002: AFFIRMAGEN 719210 20 box (SHIP 2 BOXES EVERY 28 DAYS0 ITEM 0003 COOMBS CONTROL 719810 20 box (SHIP 2 BOXES EVERY 28 DAYS) ITEM 0004: SURISCREEN 719100 20 box (SHIP 2 BOXES EVERY 28 DAYS) ITEM 0005: DILUENT 2 MTS9225 10 box (SHIP 1 BOX EVERY 28 DAYS) ITEM 0006: TIPMASTER TIP MTS 9632 30 package (SHIP 3 PACKAGES EVERY 28 DAYS) ITEM 0007: 0.8% RESOLVE PANEL A 719501 10 box (SHIP 1 BOX EVERY 28 DAYS) ITEM 0008: 0.8% AFFIRMAGEN 719201 70 box (SHIP 7 BOXES EVERY 28 DAYS) ITEM 0009: RESOLVE PANEL C 719410 10 kit (SHIP 1 KIT EVERY 28 DAYS) ITEM 0010: MTS A/B/D/ & REVERSE CARD MTS0515 200 package (SHIP 20 PACKAGES EVERY 28 DAYS) 7 ITEM 0011: MTS ANTI-IGG CARD MTS 4024 140 package (SHIP 14 PACKAGES EVERY 28 DAYS) ITEM 0012: MTS DILUENT 2 PLUS MTS9325 10 package (SHIP 1 PACKAGE EVERY 28 DAYS) ITEM 0013: RHOGAM (D) SYRINGES 25 780715 10 box (SHIP ONE BOX EVERY 28 DAYS) ITEM 0014: 0.8% SURISCREEN 719101 70 box (SHIP 7 BOX EVERY 28 DAYS) Provide reagents. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, intends to issue a fixed-price contract. Offers will be based on furnishing exact part numbers. The reagents are for the Blood Lab, Department of Pathology, Womack Army Med ical Center (WAMC), Fort Bragg, NC. Shipments shall be delivered to Womack Army Medical Center, Building 4-2817, Reilly Road, Fort Bragg, NC 29310-5000, FOB destination every 28 days beginning January 2007 through 31 December 2007. Acceptance will be m ade by Womack Army Medical Center at destination. Shipment to be made in its entirety prior to acceptance and with only one invoice for billing per shipment. Government Point of Contact (POC): Anita C. Adcock Telephone: 910-907-9303, FAX: 910-907-9307 Email: anita.adcock@na.amedd.army.mil The following provisions in their lat est editions apply to this solicitation. (1) 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices ; (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52 .212-3. Offer Representations and Certifications-Commercial items, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mail address and contract number and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following facto rs shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal m ust demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will be ev aluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performan ce records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists ba sed on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time , meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and cu rrent records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Neutral  No documented past performance record for the size or scope of this requirement. Verification of past pe rformance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. - - Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technic al capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. - (1) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer.- (2) FAR 52.212-4, Contract Terms and Conditions, Key Personnel; and FAR Clauses FAR 52.212-5, Contract Terms and Conditions R equired to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31), (3)DFAR 252.232-7003: (4) FFAAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp METHOD OF SUBMMISSION OF OFFERS for this solicitation shall be addressed to North Atlantic Regional Contracting Office, ATTN: Anita Adcock, email anita.adcock@na.amedd.army.mil by Fax (910) 907-9307), NOT LATER THAN 18 January 2007 12 NOON, EDT. For tech nical questions, Government Point of Contact is Anita Adcock at 910-907-9303. .
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: Womack Army Medical Center, Building 4-2817 Reilly Road Fort Bragg, NC
Zip Code: 20310-5000
Country: US
 
Record
SN01207405-W 20070110/070108220936 (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.