Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

65 -- Teruflex Blood Bags w/DBSA CPD/Optisol Solution at Darnall Army Medical Center, Fort Hood, TX

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
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
W81K00-09-T-0291
 
Response Due
9/4/2009
 
Archive Date
11/3/2009
 
Point of Contact
Tracey Roberson, 210-221-4811
 
E-Mail Address
Great Plains Regional Contracting Ofc
(tracey.roberson@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 W81K00-09-T-0291 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This acquisition is unrestricted under NAICS code 339112 and the business size standard is 500 employees. The requirements in this solicitation are: This solicitation is for a base year and four option years. CLIN 0001, 625 CASES TERUFLEX BLOOD BAGS W/DBSA CPD/OPTISOL SOLUTION. ITEM #1BB*AGD456A2. Terumo Brand Name or Equal Base year: 1 October 2009 through 30 September 2010; CLIN 1001, 625 CASES TERUFLEX BLOOD BAGS W/DBSA CPD/OPTISOL SOLUTION. ITEM #1BB*AGD456A2. Terumo Brand Name or Equal 1st option year: 1 October 2010 through 30 September 2011; CLIN 2001, 625 CASES TERUFLEX BLOOD BAGS W/DBSA CPD/OPTISOL SOLUTION. ITEM #1BB*AGD456A2. Terumo Brand Name or Equal 2nd option year: 1 October 2011 through 30 September 2012; CLIN 3001, 625 CASES TERUFLEX BLOOD BAGS W/DBSA CPD/OPTISOL SOLUTION. ITEM #1BB*AGD456A2. Terumo Brand Name or Equal 3rd option year: 1 October 2012 through 30 September 2013; CLIN 4001, 625 CASES TERUFLEX BLOOD BAGS W/DBSA CPD/OPTISOL SOLUTION. ITEM #1BB*AGD456A2. Terumo Brand Name or Equal 4th option year: 1 October 2013 through 30 September 2014. Vendor will supply bags from Terumo manufacturer or equal product. The Terumo Teruflex Blood Bag System with Diversion Blood Sampling Arm, CPD/Optisol Solution, features an integral sampling pouch to collect blood for test samples from the donor prior to collecting the unit. These bags also feature a Donor Care Needle Guard pre attached. This blood bag system due to its unique design provides for an easy way to collect testing samples from the donor, while at the same time insures that the blood is collected in a sterile system free of contamination. 2.Salient Features of the Terumo Teruflex Blood Bag System with Diversion Blood Sampling Arm, CPD/Optisol Solution: "Blood bag outlet port has easy to open peal tabs that provide visual assurance that the seal has not been opened. "CLIKTIO Inline closure devices are easy to open and provide smooth transfer of blood components into the satellite bags. "Tall and narrow design of the primary bag which enhances the separation of blood components. "Thick wall tubing reduces the incidence of kinking while maintaining blood flow. "Tamper evident needle protector shows evidenence of a broken seal. "Double bevel ultra-thin wall needle design improves flow capacity and minimizes donor discomfort. "Color coded blister packaging for convenient storage and easy identification. "Latex free. "FDA Approved Additives The following FAR and DFARS provisions and clauses apply to this solicitation: End Addendum 52.212-1; 52.212-4 [Contract Terms and Conditions Commercial Items]; Addendum to 52.212-4; (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. End Addendum 52.212-4; 52.202-1 [Definitions] 52.203-3 [Gratuities] 52.203-6 [Restrictions On Subcontractor Sales To The Government (Alt I)] 52.203-12 [Limitation On Payments To Influence Certain Federal Transactions] 52.204-4 [Printed Or Copied Double-Sided On Recycled Paper] 52.209-6 [Protecting The Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed For Debarment] 52.219-4 [Notice Of Price Evaluation Perference For Hubzone Small Business Concerns] 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], 52.222-37 [Employment Reports on Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans], 52.222-50 [Combating Trafficking in Persons], 52.223-3 [Hazardous Material Identification and Material Safety Data], 52.225-13 [Restrictions of Certain Foreign Purchases], 52.232-17 [Interest] 52.232-23[Assignment Of Claims] 52.232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]; 52.233-3 [Protest After Award], 52.233-4 [Applicable Law For Breach Of Contract Claim], 52.242-13 [Bankruptcy], 252.203-7000 [Requirements Relating To Compensation Of Former DOD Officials] 252.203-7002 [Requirement To Inform Employees of Whistleblower Rights] 252.204-7000 [Disclosure of Information] 252.209-7004 [Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country] 252.219-7003 [Small Business Subcontracting Plan] 252.225-7001 {Buy American Act and Balance of Payments Program], 252.232-7003 [Electronic Submission of Payment Requests and Receiving Reports], 252.232-7008 [Assignment Of Claims] 252.232-7010 [Levies On Contract Payments] 252.243-7002 [Request For Equitable Adjustment] 252.247-7023 [Transportation of Supplies by Sea] 52.217-7 [Option For Increased Quantity-Separately Priced Line Item] 52.217-9 [Option To Extend The Term Of The Contract] 52.232-18 [Availability of Funds] 52.252-2 [Clauses Incorporated By Reference] 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)] 252.243-7001 [Pricing of Contract Modifications]; Local Clause 5001 (HIPAA) Local Clause 5002 (WAWF) 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation)]; 52.212-1 [Instructions to Offerors]; ADDENDUM TO 52.212-1; (Local Provision 5004) (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. END OF ADDENDUM TO 52.212-1 52.204-5 [Women-Owned Business Other Than Small Business] 52.211-6 [Brand Name or Equal]; 52.214-34 [Submission Of Offers In The English Language] 52.237-1 [Site Visit]; 52.233-2 [Service Of Protest] 52.252-1 [Solicitation Provisions Incorporated By Reference] 252.209-7001 [Disclosure of Ownership Or Control By The Government Of A Terrorist Country] 252.212-7001 [Offeror Representations and Certifications-Commercial Items]; 252.225-7000 [Small Business Program Representations]; 52.212-2 [Evaluation-Commercial Items]; Addendum to 52.212-2 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 items 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. End of Addendum 52.212-2 52.212-3 [Offeror Representations and Certifications-Commercial Items (Alt I)] (end) Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. Award will be all or none. FAR provisions and clauses can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. The closing date and time of this solicitation is 4 September 2009, 1:00 p.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail or e-mail. (mail: Great Plains Regional Contracting Office, Attn: Tracey Roberson, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; Attn: Tracey Roberson; e-mail: Tracey.Roberson@amedd.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Tracey Roberson, telephone: (210) 221-4811; email: Tracey.Roberson@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0291/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01931560-W 20090830/090829002926-533cd21b2204b770611e067772272e14 (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.