Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2008 FBO #2467
SOLICITATION NOTICE

65 -- Brand Name Or Equal Pathvision HER 2.50 DNA FDA Approved Probe Kit, LSI 1p36 Probe, LSI EWSRI DC Probe-HYB

Notice Date
8/26/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W74MYH81890251
 
Response Due
9/3/2008
 
Archive Date
11/2/2008
 
Point of Contact
MAJ Robert J. Strob, 210-916-6973<br />
 
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation W74MYH81890251 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This acquisition is full and open under NAICS code 325413. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. Company ABBOTT MOLECULAR INC, Brand Name or Equal applies as follows: Quantity: 2 each, PATHVYSION HER-2.50, Product # 35-161060 VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: HER-2 DNA Probe Kit must be capable and validated by FDA of assessing three claims: prognosis, adriamycin-based therapy selection and indentifying patients who may respond to the Herceptin treatment. Vendors must provide a valid FDA(Food and Drug Administration) memo validated that FDA has evaluated and approved the HER-2 DNA Probe Kit. Quantity: 2 each, LSI 1p36 probe, Product # 32-231004. VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: The probe kit must contain sequences that extend from near SHGC57243 locus, through the TP73 and EGFL3 genes, and end proximally at a point telomeric to the EGFL3 locus. Quantity: 2 each: LSI EWSRI DC PROBE-HYB, Product # 32-190059. VENDORS OFFERING OTHER THAN THE BRAND NAME PRODUCT SHALL MEET OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: The EWSR1 (Ewing Sarcoma breakpoint region 1) DC Probe gene on chromosome 22q12 must be capable of approximately 90% of the translocations involving the EWSR1 gene resulting in the t (11;22) (q24;q12) which will juxtapose the EWSRI with the FLI1 (Friend leukemia virus integration 1) gene on chromosome 11q24. Delivery Period on or before 30 September 2008. Shipping Method: FOB Destination to Armed Forces Institute of Pathology Armed Forces DNA Identification Laboratory 1413 Research Blvd. Bldg 101, Rockville, MD 20850. Vendor shall indicate on their price quote if shipping method will be other than FOB destination. Vendors shall comply with FAR 52.211-6, Brand Name or Equal, if submitting other than the brand name products. Clause 52.211-6 (and other clauses throughout this solicitation) can be viewed by accessing website http://farsite.hill.af.mil/. 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) program. 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 Process: The following factors will be used to evaluate quotes: 1. Technical Acceptability. In order to be considered technically acceptable, vendors must demonstrate that all items proposed (if other than brand name) meet or exceed the salient characteristics listed above. **Of critical technical accepatability is the key salient characteristic of being FDA approved with a validated FDA approval memo of accepatability. 2. Price. All proposals will be evaluated in accordance with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6 if vendor offers an Equal Product) and Price, with Technical Capability being significantly more important than Price. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the website listed in this solicitation. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 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: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.222-3 [Convict Labor]; 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 Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; The closing date and time of this solicitation is 3 September 2008, 11:00 A.M. Price quotes shall be submitted on company letterhead and signed by a company representative. Email quotes to robert.strob@amedd.army.mil or Fax quotes attention MAJ Rob Strob, Contract Specialist Fax # 210-221-5402. 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: MAJ Rob Strob, Contract Specialist, telephone 210-221-4146 and e-mail robert.strob@amedd.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=07f1a771c381b4ca0e87a13e28302737&tab=core&_cview=1)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX<br />
Zip Code: 78234-5015<br />
 
Record
SN01651529-W 20080828/080826225500-07f1a771c381b4ca0e87a13e28302737 (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.