Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
SOLICITATION NOTICE

65 -- In-Vitro Diagnostic Substance Manufacturing for US Army, MEDDAC DACH, Fort Hood, TX

Notice Date
7/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K0009T0299
 
Response Due
8/10/2009
 
Archive Date
10/9/2009
 
Point of Contact
Lydia Trevino, (210) 221-4868<br />
 
E-Mail Address
Great Plains Regional Contracting Ofc
(lydia.trevino@us.army.mil)
 
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. This is a solicitation W81K00-09-T-0299 of purchase request W45XTR92761056 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413. Size standard is 500 employees. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for In-Vitro Diagnostic Substance Manufacturing for US Army, MEDDAC DACH, Fort Hood TX 76544. Quantities are to be ordered during the period of date of award through 30 Sep 2010 (base year) plus four option years through 30 Sep 2014, FOB Destination. NOTE TO CONTRACTORS: Please submit pricing for each CLIN for the base period and option years through September 2014. Line Item No. 0001: 3% Surgiscreen, Cat# 719100 or equal, 3% Surgiscreen, 3 x 10 ml. Deliver three (3) packages every four (4) weeks for a total of thirty-nine (39) packages over thirteen (13) shipments.; Quantity: 39 packages; Quantities to be ordered during the period of date of award through 30 Sep 2010 (base period). Line Item No. 0002: 3% Affirmagen, Cat# 719210 or equal; Affirmagen, 2 x 10 ml. Deliver two (2) packages every four (4) weeks for a total of twenty-six (26) packages over thirteen (13) shipments. Quantity: 26 Packages. Quantities to be ordered during the period of date of award through 30 Sep 2010 (base period). Line Item 0003: 3% Ortho A2 Cells, Cat# 719310 or equal, Ortho A2 Cells, 1 x 10 ml. Deliver one (1) package every four (4) weeks for a total of thirteen (13) packages over thirteen (13) shipments. Quantity: 13 Packages. Quantities to be ordered during the period of date of award through 30 Sep 2010 (base period). Line Item 0004: Ortho Coombs Control Cells, Cat#719810 or equal, Ortho Coombs Control Cells, 1 x 10 ml. Deliver four (4) packages every four (4) weeks for a total of fifty-two (52) packages over thirteen (13) shipments; Quantity: 52 packages; Quantities to be ordered during the period of date of award through 30 Sep 2010 (base period). Line Item 0005: 0.8% Resolve Panel A, Cat#6902317 or equal, 0.8% Resolve Panel A, 11 x 3 ml. Deliver three (3) panels every four (4) weeks for a total of thirty-nine (39) panels over thirteen (13) shipments; Quantity: 39 Panels. Quantities to be ordered during the period of date of award through 30 Sep 2010 (base period). Line Item 0006: 0.8% Resolve Panel B, Cat# 6902318 or equal, 0.8% Resolve Panel B, 11 x 3 ml. Deliver one (1) panel every four (4) weeks for a total of thirteen (13) shipments; Quantity: 13 Panels. Quantities to be ordered during the period of date of award through 30 Sep 2010 (base period). Line Item 0007: 0.8% Surgiscreen, Cat# 6902316, 0.8% Surgiscreen, 3 x 10 ml. Deliver ten (10) packages every four (4) weeks for a total of one hundred-thirty (130) packages over thirteen (13) shipments. Quantity: 130 packages. Quantities to be ordered during the period of date of award through 30 Sep 2010 (base period). Line Item No. 0008: 0.8% Affirmagen, Cat# 719210 or equal; Affirmagen, 2 x 10 ml. Deliver eleven (11) packages every four (4) weeks for a total of one-hundred forty-three (143) packages over thirteen (13) shipments. Quantity: 143 Packages. Quantities to be ordered during the period of date of award through 30 Sep 2010 (base period). Line Item No. 0009: 0.8% Selectogen, Cat# 6902315 or equal; Selectogen, 2 x 10 ml. Deliver ten (10) packages every four (4) weeks for a total of one hundred thirty (130) packages over thirteen (13) shipments. Quantity: 130 Packages. Quantities to be ordered during the period of date of award through 30 Sep 2010 (base period). Line Item No. 0010: Ortho Confidence System, Cat# 6902096 or equal; Ortho Confidence System (1 kit). Deliver five (5) kits every four (4) weeks for a total of sixty-five (65) kits over thirteen (13) shipments. Quantity: 26 Packages. Quantities to be ordered during the period of date of award through 30 Sep 2010 (base period). NOTE: The required Salient Characteristics are identified within each Line Item above. The following FAR and DFARS provisions and clauses apply to this solicitation: Delivery shall be FOB Destination to DAHC, Fort Hood, TX. Pricing quote shall include all applicable fees. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.211-6 Brand Name or Equal. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 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, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for the Next Fiscal Year and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.212-7010 Levies on Contract Payments; 52.211-6 Brand Name or Equal. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the product offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 10 Aug 2009, 12:00 PM, Central Standard Time. Submit offers via email to Lydia.Trevino@us.army.mil. Place of performance: US Army MEDDAC DACH Material Branch Log Division Bldg 36000, Room 0003 Fort Hood, TX 76544-5063 UNITED STATES Contact: Lydia Trevino, Contract Specialist, Phone 210-221-4868, Email Lydia.Trevino@us.army.mil Contracting Office Address: Great Plains Regional Contracting Office MCAA GP BAMC 3851 Roger Brooke L31-9V Fort Sam Houston, TX 78234-6200 Point of Contact: Lydia Trevino, (210) 221-4868
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0009T0299/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01894343-W 20090801/090731002053-2bf477e141f5fdda882ee7b92ee9cd2b (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.