Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

66 -- This requirement is for a Lease with one Base Year and Four Option Periods.Lease of C-111 Chemistry Analyzers as specified below.

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory 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
W81K0009T0622
 
Response Due
9/19/2009
 
Archive Date
11/18/2009
 
Point of Contact
Roland Jasso, 210-221-4964
 
E-Mail Address
Great Plains Regional Contracting Ofc
(roland.jasso3@amedd.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 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 W81NTE9016N861 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 334516 and the business size standard is 500 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. The requirement is for a leasing of two C-11 Chemistry Analyzers with the following specifications, for a base year and four option periods as indentified below: Base Year 1 October 2009 through 30 September 2010 CLIN 0001 Quantity Unit Unit Price Total 12 months ________ ________ Lease of 2-Roche C-111 Chemistry Analyzer (1 McWethy TMC, 1 Camp Bullis TMC) ISE unit, services and miscellaneous equipment attached to each of these instruments. FOB: Destination CLIN 1001 1st option Period Quantity Unit Unit Price Total 12 months ________ ________ Lease of 2-Roche C-111 Chemistry Analyzer (1 McWethy TMC, 1 Camp Bullis TMC) ISE unit, services and miscellaneous equipment attached to each of these instruments. FOB: Destination CLIN 2001 2nd Option Period Quantity Unit Unit Price Total 12 months ________ ________ Lease of 2-Roche C-111 Chemistry Analyzer (1 McWethy TMC, 1 Camp Bullis TMC) ISE unit, services and miscellaneous equipment attached to each of these instruments. FOB: Destination CLIN 3001 3rd Option Period Quantity Unit Unit Price Total 12 months ________ ________ Lease of 2-Roche C-111 Chemistry Analyzer (1 McWethy TMC, 1 Camp Bullis TMC) ISE unit, services and miscellaneous equipment attached to each of these instruments. FOB: Destination CLIN 4001 4th Option Period Quantity Unit Unit Price Total 12 months ________ ________ Lease of 2-Roche C-111 Chemistry Analyzer (1 McWethy TMC, 1 Camp Bullis TMC) ISE unit, services and miscellaneous equipment attached to each of these instruments. FOB: Destination Salient Characteristics: (1)Test Throughput: 60-85 Photometric test/hr;; 180 ISE test/hr; 60-100 test/hr photometric and ISE mixed; (2) Sample Input: Continuous loading of primary and secondary tubes into 8 sample positions Priority STAT sampling; (3) Photometer: 12 Wavelengths, 20 W halogen lamp, monochromatic and bichromatic measurement;(4) Reaction Cell: Disposable micro-curettes;(5) Control Unit:5.7 color touch-screen LCD (1/4 VGA;(6)System Interfaces: 2xRS 232 serial interface, bi-directional (ASTM protocol) for host and barcode scanner 2xUSB 1.1/2.0 for modem and memory stick (data loading and backup). This requirement is for the Brooke Army Medical Center, Fort Sam Houston, Texas. Federal Acquisition Regulation (FAR) Clauses 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. The Government will award a single-contract, resulting from this solicitation, to the responsible offeror whose offer, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: Technical Capability and Price. Technical Capability: Explain how your company will meet the salient characteristics; 1-6 as specified in the Solicitation; (NOTE): Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used will be considered insufficient,and will be considered non-responsive if it fails to address each of the salient characteristics as listed. Price. Award will be all or none basis. Evaluation Process: All quotes will be evaluated on Technical Acceptability. The Award decision will be based on the Lowest Priced, Technically Acceptable quote. FAR 52.211-6 [Brand Name or Equal]; 52.212-2 [EvaluationCommercial Items]; Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the 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]; [52.217-9 Option To Extend the Term of the Contract (MAR 2000)]; 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]; Registration]; and 52.232-36 [Payment by Third Party]. (a) The total duration of this contract, shall not exceed 55 months. The closing date and time of this solicitation is 19 September 2009, 10:00 A.M. Central Standard time. Quotes shall be submitted on company letterhead and signed by a company representative. Fax quotes to Great Plains Regional Contracting Office (210) 221-2539 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: Roland Jasso, phone (210) 221-4964; e-mail roland.jasso3@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0009T0622/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
SN01957150-W 20090918/090917000440-7fad59188ff55906975a27cc62bc782f (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.