Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2008 FBO #2494
SOLICITATION NOTICE

66 -- DA0010 PROBE ALL WELL (96 16) PROBE FIXTURE, DM7004 ACQUISITION CARD 250 TEST, DSY001 ADDITIONAL STANDARD DRIFTCON SYSTEM. Two Operating and Maintenance Manuals

Notice Date
9/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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
W74MYH82330750
 
Response Due
9/24/2008
 
Archive Date
11/23/2008
 
Point of Contact
JULIE SEDLOCK, 210-295-4385<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. The combined synopsis/ solicitation number is W74MYH82330750. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27, Effective 17 Sep 2008 and DCN 20080915. The associated North America Industry Classification System (NAICS) Code is 334516. This requirement is Unrestricted. The Government contemplates award of a Firm-Fixed Price contract, Brand Name Only. Salient Characteristics are: The Armed Forces DNA Identification Laboratory (AFDIL) is accredited by the American Society of Crime Laboratory Directors Laboratory Accreditation Board (ASCLD/LAB). Based on this forensic accreditation, all equipment used in processing forensic casework must be validated and quality controlled to conform with established mission Standard Operating Procedures (SOP) and Quality Assurances (QA) guidelines before being released for casework. Besides being the most versatile temperature verification system identified during AFDILs market research (one sytem for all makes and models of thermal cyclers). The DRIFTCON system is National Institute of Standards and Technology (NIST) traceable, which is necessary to conform to the QA guidelines set forth by ASCLD-Lab. The Driftcon system has been proven to meet ASCLD-Lab guidelines and is currently in use at numerous forensic laboratories around the United States. Delivery by 30 Oct 2008. Please note offer must include commercial warrantees. Shipping shall be FOB Destination to: Armed Forces Institute of Pathology, Property Management Branch, 6825 16th Street NW, Bldg 54, Washington, DC 20306 1. DA0010 PROBE ALL WELL (96 16) PROBE FIXTURE (QTY: 1 each) __________ 2. DM7004 ACQUISITION CARD 250 TEST (QTY: 6 each) __________ 3. DSY001 ADDITIONAL STANDARD DRIFTCON SYSTEM (QTY: 2 each) __________ 4. Operating and Maintenance Manual (QTY: 2 each) The following provisions and clauses will be incorporated by reference: FAR 52.212-1 Instruction to Offerors Commercial Items FAR 52.212-2 Evaluation Commercial Items Solicitation can be viewed and can be downloaded by accessing the website listed in this solicitation under FAR 52.252-1. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. FAR 52.212-3, Offerors Representations and Certifications Commercial Items- Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 to include the following Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.232-7003 Electronic Submission of Payment Requests with invoicing and payment through Wide Area Work Flow (WAWF) and 252.211-7003 Item Identification and Valuation FAR 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.223-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment By Electronic funds Transfer Central Contactor Registration FAR 52.225-18 Place of Manufacture (requires offeror to fill-in data and return with offer) FAR 52.247-34 FOB Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference web sites are: www.arnet.gov; www.farsite.hill.af.mil; www.dtic.mil/dfas; www.ccr.gov FAR 252-252-2 Clauses Incorporated by References DFARS 252.204-7004 Alternate A Central Contractor Registration DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (this is a fill-in clause to be sent back with offer.) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition with the following sub DFARS clauses that apply: 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7024 Notification of Transportation of Supplies by Sea Quotations must be signed, dated and received by 16:00 PM CST September 24, 2008 via fax at 210.221.5402 or email to julie.sedlock@amedd.army.mil. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Julie Sedlock, Purchasing Agent, via email at julie.sedlock@us.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8b7a94c4797d3454a3410b95dd43374a&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
SN01677791-W 20080924/080922215945-8b7a94c4797d3454a3410b95dd43374a (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.