SOLICITATION NOTICE
Q -- Provide Qualified Cell Saver Blood Transfusion Service Technician
- Notice Date
- 11/30/2007
- Notice Type
- Solicitation Notice
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- 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-08-T-0033
- Response Due
- 12/6/2007
- Archive Date
- 2/4/2008
- Point of Contact
- sandra.z.bulls, 910.907.6954
- E-Mail Address
-
Email your questions to Medcom Contracting Center North Atlantic
(sandra.bulls@amedd.army.mil)
- 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 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 This is solicitation number W91YTZ-08-T-0033 and is a request for quotation (RFQ). This is a total Small Business Set-Aside. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, intends to issue a contract for 10 months starting 10 December 2007 30 September 2008. CLIN 0001 The Contractor shall provide the services of a skilled, trained Cell Saver Blood Tranfusion Technician nonpersonal services, to provide quality perioperative autotransfusion services, to include set up of the Government provided cell saver un it (Medtronic ATLG110 w/Vacuum ) or the contractors unit should the Government unit not be available, operate and provide related supplies used to perform blood collection and transfusion IAW Womack Army Medical Centers protocols, JCAHO, AABB, DEHEC and CAP and Attachment A: Statement of Work and Attachment B: HIPPA Confidentiality. Period of Performance: 10 December 2007 through 30 September 2008. The Government estimates four (4) services per month for and estimated 40 services for the 10 month perfo rmance period. The Offeror shall provide a Schedule of Fees for evaluation to include a stated discount in % from the standard fee price when the Government provided cell saver is used. The fee schedule shall include, at a minimum, the fee for each of the following services which shall state in each fee requested, the number of hours included for that service and quantity of suppplies included for that specific service (1) Fee for Perioperative Collection & Processing Complete; (2) Fee for Standby with Col lection; (3) Fee for Standby Without Collection; (4) Complete with Tabletop Sequestration; (5) Complete with Bag Sequestration; (6) Tabletop Sequestration Alone; (7) Bag Draw Sequestration Alone; (8) Standby with Tabletop Sequestration; (9) Standby with Ba g Draw. The Government shall pay for only those services and supplies actually performed and used which are confirmed by the Womack Army Medical Center Contracting Officers Representative . QUANTITY: 40 Each This CLIN will be priced at an average estimated basic rate of $1,200 per surgery as a basic charge. However the provider will charge for only the service(s) actually performed or supplies furnished in accordance with the fee schedule. CLIN 0002 Additional products used beyond the quantity included in each primary service. Additional supplies used in excess of the quantity provided with each service in CLIN 0001 Fee Schedule. Sample listing: AAL Haemonetics 208, Cardiotomy Haemoneti cs 205, Cardiotomy Y Adapter - Sorin CYA, Citrate Bag - Baxter 898Q, Filter-Leucocyte - Pall RCQT, Filter-Lipigard -Pall SB1E, Filter Regular Pall SQ40S, Ratio Kit Micromedics 4400, Sampling Site Coupler Baxter 2405; Sequestration Kit Medtronics 3 05, Syringe, 60 ml Various Mfg, Tip, sngl or dual spray Micromedics 36xx, Transfer pack Terumo CB71, Washset - Sorin 225C, Washset - Haemonetics 263, and Y Connector - Sorin X5000. The Government shall pay for only those services and supplies act ually performed and used which are confirmed by the Womack Army Medical Center Contracting Officers Representative. QUANTITY: 8000 Each This CLIN is set up as 8000 each @ $1.00 to allow for partial billings of additional products againinst the contract during the contract period of performance. Example: 1 ea Syringe 60 ml $10.00; 1 ea Y Co nnector $10.00; 1 ea Sampling Site Coupler $10.00: Electronically Bill as: 30 each @ $1.00 = $30.00 CLIN 0003 Miscellaneous Charges: Additional Time - Charge for Additional hours in increments of ? hour (per hour rate), Emergency (unscheduled), after 5 p.m., weekends, holidays (per hour rate), and Cancellation w/less than 3 hours notice (Flat Fee Charg e $______). QUANTITY: 4000 Each This CLIN is set up as 4000 each @ $1.00 to allow for partial billings of Miscellaneous Charges against the contract during the contract period of performance. Example: 1 hour additional time $20.00/hour; Emergency after 5 p.m. $100; Cancellation w/le ss than 3 hours notice $100.00. Electronically bill: 220 each @ $1.00 = $220. The Government shall pay for only those services and supplies actually performed and used which are confirmed by the Womack Army Medical Center Contracting Officers Repre sentative. Responses are to be faxed to Sandra Bulls at 910-907-9307 OR emailed to sandra.bulls@amedd.army.mil no later than 5:00 p.m. EST 6 December 2007. A signed cover letter is required stating the offerors official address The following provisions in their latest 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, Fee Schedule pricing ; (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 th ey deem relevant to the evaluation of their past performance. (2) 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 f actors 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 pro posal must demonstrate it can meet all requirements in the Statement of Work and HIPPA Confidentiality requirements. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determ ined unacceptable. Past Performance will be evaluated 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, bas ed on preponderance of unsatisfactory performance 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 s olicitation. 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. -Sati sfactory / Moderate Risk - Some doubt exists based 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 sc hedules 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 prep onderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size an d complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within th e 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 technical c apability 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. (3) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer however, only paragraph (j) of this this provision is required if the offeror has completed the annual representation and certificatio n electronically at http://orca.bpm.gov which can also be accessed from the offeres electronic CCR page. The resulting Firm Fixed Price award will incorporate the requirements of the following clauses: (4) FAR 52.212-4, Contract Terms and Conditions; AR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b) (16),(17), (18), (21), (26), and 34; 52.219-28 Post-Award Small Business Program Rereprese ntation; DFAR Buy American Act; 252.204-7004 Alt A Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implements Statutes or Executive Orders Specifically (4) 252.225-7001 Buy American Act and Balance of Payments Pro gram and (17) 252.232-7003 Electronic Submission of Payment Requests (5) FAR 52.252-2: for all referenced clauses/provisions, see web site http://www.farsite.hill.af.mil or http://acq.osd.mil/dpap/dars It is now a requirement that all contractors doing business with the Department of Defense is registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register). Offerors responding to this announcement shall provide all inform ation contained in the Federal Acquisition Regulation (FAR) Provision 52.212-1, Instructions to Offeror-Commercial Items. As stated in this provision, the Government intends to evaluate offers and award a contract without discussions with offerors. There fore, the offerors initial offer should contain the offerors best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. Evaluation factors: The Government will award a contract 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. GENERAL INFORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price.
- Place of Performance
- Address: North Atlantic Regional Contracting Office Womack Army Medcial Center, Bldg. 4-2817 Reilly Road Fort Bragg NC
- Zip Code: 20310-7301
- Country: US
- Zip Code: 20310-7301
- Record
- SN01461342-W 20071202/071201075054 (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 |