SOLICITATION NOTICE
66 -- Cellient System and Cellient Filter Cassette Kit
- Notice Date
- 8/26/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561499
— All Other Business Support Services
- Contracting Office
- N00259 NAVAL MEDICAL CENTER MATERIAL MANAGEMENT 34800 Bob Wilson Drive, Suite # 8 San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0025909T0451
- Response Due
- 9/8/2009
- Archive Date
- 10/8/2009
- Point of Contact
- Deadrick Robinson 619-532-8106
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial item with the intent to award on a Sole Source Basis to HOLOGIC. Prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisitions Procedures. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-09-T-0451 This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36. It is the contractors responsibility to be familiar with the applicable clauses and provisions. Both clauses and provisions may be accessed in full test at www.acquisition.gov. The NAICS code 561499. This is a competitive, nonrestricted action. Naval Medical Center San Diego request responses from qualified sources capable of providing Cellient System MFR: Hologic Limited Partnership ("Hologic"). CLIN 0001: CELLIENT SYSTEM, MFG Part: 71300-001, Qty: 0001: U/I: EA, U/P:____________.Including- 1 year warranty, 50 tests supplies, installation and on-site instrument training CLIN 0002: CELLIENT FILTER CASSETTE KIT, MFG Part: 71305-001, Qty: 0001 U/I: EA, U/P:________. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration(JUL 2006); 52.212-1 Instruction ot Offeror's-Commercial Items (SEP 2006), 52.212-4 Contract Terms and Conditions Commercial Items (SEP 2005); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2006) with the following clauses incorporated in sections (a) 52.333-3 Protest After Award (AUG) 1996) (31 U.S.C. 3553), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78), (b) 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126, 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 52.225-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.211-6 Brand Name or Equal, 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Vetrans (DEC 2001) (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assts Control of the Department Treasury, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 9OCT 2003) (31 U.S.C. 3332);252.204-7004 Alt A Required Central Contractor Registration Alternate A (Nov 2003), 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003), 52.252-2 Clauses Incorporated by Reference (FEB 1998); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2006) with the following clauses incorporated in section (a) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003 Electronic Submission of Payment Request (MAY 2006) (10 U.S.C. 2227); 52.212-3 Offeror Representatioins and Certifications-Commercial Items (MAR 2005); 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998), 52.232-18 Availability Of Funds (APR 1984). Quotations will be evaluated based on technical capability, past performance, and price. Technical capability and past performance when combined is more important than price. Award will be made on an "all or none" basis. The government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005). Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Dunn and Bradstreet number is required to register. E-mail your quote to Deadrick Robinson on or before close of business 08 September 2009. Phone Number: 619-532-8106; E-mail: deadrick.robinson@med.navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025909T0451/listing.html)
- Place of Performance
- Address: Naval Medical Center San DiegoLaboratory34800 Bob Wilson Drive, San Diego, CA
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN01926688-W 20090828/090826235705-e835bf6279966a3580d454e9320f8829 (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 |