Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

65 -- BLANKET PURCHASE AGREEMENT (BPA) FOR INFECTIOUS DISEASE TESTING REAGENT/KITS

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1JEAC7193B001
 
Response Due
8/6/2007
 
Archive Date
8/21/2007
 
Description
BLANKET PURCHASE AGREEMENT (BPA) FOR INFECTIOUS DISEASE TESTING REAGENT/KITS. 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. (ii) The solicitation reference number is F1JEAB7193B001 and is issued as a request for Proposal (RFP) for the purpose of entering into a Firm-Fixed price BPA for supplies in accordance with the Performance Work Statement (PWS). PROPOSALS SHALL BE VALID FOR 90 DAYS. (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-18. (iv) The associated NAICS code is 325413 and this is unrestricted full and open competition. (v) This requirement consists of Contract Line Item 0001 Laboratory Reagents/Kits Lot (1) referencing the current price list costs. (vi) DESCRIPTION OF WORK: PERFORMANCE WORK STATEMENT IN SUPPORT OF INFECTIOUS DISEASE TESTING FOR THE AIR FORCE INSTITUTE FOR OPERATIONAL HEALTH, EPIDEMIOLOGY SURVEILLANCE DIVISON, 12 July 2007 1. INTRODUCTION. The vendor shall provide Air Force Institute for Operational Health (AFIOH), Epidemiology Surveillance Division (SDE) Bldg. 930, Brooks, City-Base TX 78235-5132 with reagent/test kits and support to perform infectious disease testing for the Immuno Diagnostic Section. 2. DESCRIPTION OF SERVICES: The Vendor shall provide to the Immuno Diagnostic Section via Blanket Purchase Agreement (BPA), reagents/kits necessary to perform the following analyte tests and volume of testing (usage): Analyte, AnnualVolume of Tests, Reagent/Kits, Herpes Simplex Virus Type-1-Specific ELISHA IgG, 10,188, 116; Herpes Simplex Virus Type-2-Specific ELISHA IgG, 10,188, 116; *Rickettsia IgM Antibody Profile IFA, 780, 11; Q fever (Coxiella burnetti) IgM IFA, 780, 11; Q fever (Coxiella burnetti) IgG IFA, 780, 11; Total: 22,716, 265; * Rickettsia includes: Rickettsia rickettsii IgM IFA Rickettsia typhi IgM IFA 2.1. All reagent kits must be FDA-approved and shall exhibit at least 95% sensitivity and 95% specificity. Upon request, sufficient reagents should be provided by the Vendor for in-house evaluation of each analyte. Following evaluation, each reagent shall exhibit at least 95% agreement with reagents currently in use in the Immuno Diagnostics Section. 3. SERVICE SUMMARY (Performance Objectives): Performance Inspection Performance Objective PWS Para Threshold Method All reagents shall exhibit at least 95% sensitivity. 2.1. No deviations 100% Inspection. All reagents shall exhibit at least 95% specificity. 2.1. No deviations 100% Inspection. All reagents shall exhibit at least a 95% agreement with reagents currently in use. 2.1 No deviations 100% Inspection 4. AGREEMENT PERIOD: A Blanket Purchase Agreement (BPA) shall be established for a period of five years. 5. POINTS OF CONTACT: Contract Program Manager: Ruben T. Sandoval, (210) 536-5790, FAX (210) 536-5877, 6. GENERAL INFORMATION: 6.1. OWNERSHIP: None. 6.2. LIABILITY: None. 6.3. COMPLIANCE DOCUMENTS: The Contractor shall comply with all FDA regulations, the College of American Pathologists (CAP) checklist dated 31 Oct 06 and the Epidemiology Surveillance Division policies. 6.4. SECURITY REQUIREMENTS: None. 7. MISSION ESSENTIAL SERVICES STATEMENT: The performance of these services are not considered to be mission essential during time of crisis. Should a crisis be declared, the Contracting Officer or his/her representative will verbally advise the Contractor of the revised requirements, followed by written direction. END OF PERFORMANCE WORK STATEMENT (vii) Period of Performance is 08 Sep 2007 through 7 Sep 2012. (viii) The provision at 52.212-1, Instructions to Offerors ? Commercial Items, applies to this solicitation (ix). The provision at 52.212-2, Evaluation, Commercial Items, applies to this solicitation, paragraph (a) reads: The Contractor will provide a written proposal in response to the PWS. The Government anticipates awarding a ?best value? task order to the Contractor whose proposal is the most advantageous to the Government. Technical and Price factors will be considered, however Technical is more significant than Price. Proposals will be evaluated on the factors below, listed in order of importance., a. Significant consideration will be given to the offeror that provides reagent/kits that meet the needs of the Government in performing infectious disease testing., b. Greater consideration will be given to the offeror whose products demonstrate exceptional productivity, exceptional as say precision, sensitivity, and specificity., c. Reasonableness of proposed costs with respect to the Government?s annual requirements. The Simplified Acquisition Procedures at FAR 13.5 shall apply to this acquisition. (x) A completed copy of the provisions at 52.212-3, Offeror Representations and Certifications, Commercial Items shall be submitted with all proposals, (xi) 52.212-4, Contract Terms and Conditions, Commercial Items, (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses identified at paragraph b. of FAR 52.212-5 are considered checked and are applicable to this acquisition: (b). 1, 15 through 22, 32, and 34. (xiii) The following FAR/Supplements clauses are also applicable to this acquisition: 52.203-3 Gratuities (Apr1984), 52.204-9 Personal Identity Verification of Contractor Personnel (Nov 2006), DFARS 252.201-7000 Contracting Officer's Representative (Dec 1991), 252.204-7004 Alternate A Central Contractor Registration (Nov 2003), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2007) Paragraph a and b. of 252.212-7001 are considered checked and are applicable to this acquisition: (b) 4, 5, 17, 20 and 21, 252.232-7003 Electronic Submission of Payment Requests (Mar 2007), 252.232-7010 Levies on Contract Payments (Dec 2006), 252.243-7002, AFFARS 5352.242-9000 Contractor access to Air Force Installations (Jun 2002), and local clauses E0006 Payment Reqests and Receiving Report Submission Instruction (Aug 2006). (xvi) The Proposal due date is COB 3:00 PM, 6 Aug 2007. (xvii) Detailed proposals shall be submitted via E-mail in Microsoft Excel 5.0 format with all the required information to 311 HSW/PKAH, Attn: George Dowdey who is also the point of contact, email address George.Dowdey@brooks.af.mil (210) 536-2452, 2513 Kennedy Circle, Bldg 180, Rm. 117, Brooks City-Base TX 78235-5116. In addition please forward a courtesy copy to aubrey.lewis@brooks.af.mil and Mr. Ruben Sandoval at Ruben.Sandoval@brooks.af.mil.
 
Place of Performance
Address: AFIOH/SDE, Building 930, Brooks City-Base, TX 78325-5132
Zip Code: 78235
Country: UNITED STATES
 
Record
SN01356320-W 20070801/070730221424 (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.