SOLICITATION NOTICE
66 -- Reagents - Pricing Table
- Notice Date
- 5/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- JS1067976
- Archive Date
- 6/18/2010
- Point of Contact
- Jaclyn Stielper, Phone: 301-827-7153, Kimbalynn Dieng, Fax: 301-827-7151
- E-Mail Address
-
jaclyn.stielper@fda.hhs.gov, Kimbalynn.Dieng@fda.hhs.gov
(jaclyn.stielper@fda.hhs.gov, Kimbalynn.Dieng@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Pricing Table Subject: Reagents Solicitation Number: JS1067976 PART 1 - Description This solicitation is a Request for Quotation (RFQ) using FAR Part 12 & 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413. This is a RFQ for reagents as described in PART 3. The Government intends to award on a 100% total small business set aside competitive basis. PART 2 - SUPPLIES OR SERVICES AND PRICES/COSTS 2.1. Contract Type 2.1.1. Indefinite Delivery/Indefinite Quantity (IDIQ) Contract with fixed price task orders. The period of performance will be for 3 years (if all option years are exercised) from the date of award. 2.2. Pricing Terms 2.2.1. "CLIN defined by 0001 etc" means contract line item that corresponds to each task. CLIN Mfr. Part # Quantity Price 0001 N/A Cepheid SmartDispenser of 80 Reactions 500 $ 0002 N/A Cepheid Omnimix HS - 50 rxns 800 $ 0003 N/A Shipping Charges to Laurel, MD ________ $ The minimum quantity ordered under this contract will be similar to the quantities listed in the chart above. The maximum quantity ordered under this contract will be the following: CLIN0001 Max Qnty: 1500 CLIN0002 Max Qnty: 2400 2.3 When responding with your quote, please include the prices in the pricing table that is provided as an attachment. Supporting documentation may be included, however the pricing table must be complete. If the complete pricing table is not received as a part of the proposal, the quote will not be considered. PART 3 - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 3.1 This is a brand name requirement. The contractor shall provide for 40,000 reactions of FDA E. coli STEC/EHEC custom-specific reagent beads (custom-formulated primer and probe beads for the detection of E. coli EHEC/STEC by real-time PCR (polymerase chain reaction); and, 40,000 reactions of Cepheid OmniMixHS (a bead-formulated polymerase for use in real-time PCR). FDA E. coli STEC/EHEC custom-specific reagent beads are specially formulated beads containing 6 DNA oligonucleotide primers which target 3 genes from EHEC and STEC. This bead formulation also contain 6 fluorescently labeled "taq-man" probes for real-time polymerase chain reaction (PCR) detection of amplified gene targets; and, a propriety internal DNA control to assess gene amplification performance. OmniMixHS is a similarly formulated bead containing taq DNA polymerase and buffer components necessary for optimal amplification. When hydrated in the final PCR assay mixture, these primers, probes, buffer and polymerase components provide PCR amplification conditions necessary for maximum performance. 3.2 The bead reagent:: a. Shall contain oligonucleotide primers and taq-man probes for the specific and simultaneous amplification of multiple gene targets of E. coli Serotype O157:H7 in a multiplex reaction. Specifically, gene targets stx1 and stx2 genes and the +93 single nucleotide polymorphism in the uidA gene that encode for the β-D-glucuronidase (GUD) enzyme must be detected. The +93 SNP is highly conserved in O157:H7 and O157:H-strains that produce Stx and serves as an accurate identification marker for these pathogens. The real-time PCR assay shall also detect other STEC strains, some of which are known human pathogens. b. Shall be validated according to the general criteria defined for Category Three-Multiple Laboratory Validation (see attached document titled ORA-LAB.7: Qualitative Microbiology Methods Validation.). In addition, the following validation criteria shall also be met: i. The reagents shall be validated for use on the Cepheid SmartCycler II. ii. The proposed reagent bead must be validated for use with Cepheid OmniMix HS or SmartMix HM taq polymerase bead reagents. c. Stability data shall be provided to support reagent reliability in excess of 36 months at 4ºC. d. Shall include an internal control primer set that will not compete in with target gene amplification. Performance and stability data must be provided. PART 4 - PACKING, MARKING AND SHIPPING 4.1 All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and contractor name. 4.2 The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. PART 5 - INSPECTION AND ACCEPTANCE 5.1 The Contracting Officer's Technical Representative (COTR) will perform inspection and acceptance of materials and services to be provided. 5.2 For the purpose of this PART, (COTR - to be determined upon contract award) is the authorized representative of the Contracting Officer. 5.3 Inspection and acceptance will be performed at: the locations identified in 6.1.3. Acceptance is communicated in writing unless otherwise indicated in writing by the Contracting Officer or COTR within 30 days of receipt. 5.4 This contract incorporates the following clause, 52.246-2 Inspection of Supplies-Fixed Price (Aug 1996) by reference, with the same force and effect as if it was given in full text. Upon request, the Contracting Officer will make its full text available. PART 6 - DELIVERIES OR PERFORMANCE 6.1 Deliveries required by the contractor shall be made F.O.B. destination to the address/addressee listed below: 6.2 DELIVERY POINT: FDA Attn: To Be Determined 8301 Muirkirk Road Laurel, MD 20708 6.3 Unless otherwise specified, deliveries shall be made to the Delivery Point specified above, Monday through Friday (excluding Federal Holidays, see PART 8) between the hours of 8:30 a.m. and 5:30 p.m. EASTERN TIME only. Supplies or services scheduled for delivery on a Federal holiday shall be made the next business day. PART 7 - CONTRACT ADMINISTRATION DATA 7.1. The following COTR will represent the Government for the purpose of this contract: (To Be Determined Upon Contract Award) 7.1.1 The COTR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the Statement of Work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. 7.1.1 The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the RFQ; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. 7.1.2 The contact information for the Contracting Specialist is: Jaclyn Stielper 5630 Fishers Lane Rockville, MD 20857 Jaclyn.Stielper@FDA.HHS.GOV 7.2 INVOICE SUBMISSION 7.2.1 Pursuant to the provisions of the following FAR Clauses: 52.232-25 Prompt Payment; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; the Contractor shall submit invoices for costs incurred and claimed for reimbursement in accordance with the following instructions. 7.2.2 In accordance with clause 52.232-33 all payments made under this contract shall be made using electronic funds transfer through the Automated Clearing House (ACH). The Contractor shall provide the following information to the Food and Drug Administration, Office of Financial Management, Systems Accounting Branch, HFA-120, 5600 Fishers Lane, Rockville, MD 20857 no later than 14 days prior to submission of the first invoice: • FDA contract number Name and address of contractor • Invoice date and invoice number • Contract number including task order number and contract line item number • Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed • Shipping and payment terms • Name and address of contractor official to whom payment is to be sent • Taxpayer Identification Number • Electronic Funds Transfer (EFT) banking information (if required in the contract) Routing transit number of the financial institution receiving payment. • Contractor's DUNS number 7.2.3 An original shall be submitted via email to the attention of the designated Contract Specialist at the following address: HHS/FDA/OAGS/DAO 5630 Fishers Lane Rockville, MD 20857 Attention: Jaclyn Stielper Jaclyn.Stielper@FDA.HHS.GOV 7.2.4 Final payments will occur upon verification by the FDA Project Officer and the FDA Technical Advisor, noting successful integration and proper functionality of the laboratory equipment. 7.2.5 Payment will be made after acceptance and receipt of a proper invoice, and in accordance with the pricing matrix described in Pricing Terms. 7.2.6 Payment will be made on a firm fixed price basis in accordance with the pricing matrix. 7.3 GOVERNMENT FURNISHED PROPERTY No Government Furnished Property shall be provided to the Contractor for this requirement. PART 8 - SPECIAL CONTRACT REQUIREMENTS 8 Government Holidays Workplace is not available on the Government Holidays stated below, or as prescribed by an Executive Order (EO) or OPM.gov due to inclement weather. January (New Year's Day) January (Martin Luther King Day) February (President's Day) May (Memorial Day) July (Independence Day) September (Labor Day) October (Columbus Day) November (Veterans Day) November (Thanksgiving) December (Christmas Day) PART 9 - CONTRACT CLAUSES 9. FAR CLAUSES INCORPORATED BY REFERENCE 9.1. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at: www.acquisition.gov/far/index.html 52.212-1 Instructions to Offerors - Commercial Items (June 2008) 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) 52.203-5, Covenant Against Contingent Fees (Apr 1984). 52.203-7, Anti-Kickback Procedures (Jul 1995). 52.211-6, Brand Name or Equal (Aug 1999) 52.216-22, Indefinite Quantity (OCT1995) 52.216-24, Limitation of Government Liability (Apr 1984). 52.217-4, Evaluation of Options Exercised at Time of Contract Award (June 1988) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644) 52.219-17, Section 8(a) Award (Dec 1996). 52.222-50, Combating Trafficking in Persons (Feb 2009) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) 52.233-2, Service of Protest (Sep 2006) 52.233-3, Protest after Award (Aug 1996) 52.243-1, Changes-Fixed Price (Aug 1987) 52.247-35, F.O.B. Destination Within Consignees Premises (April 1984) 9.2. FAR CLAUSES BY FULL TEXT 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Mar 2009) (Pub. L. 111-5). __ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (7) [Reserved] _X (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. _X (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (13) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Oct 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (15) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (16) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). _X (18) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). _X (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). _X (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (27)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (28) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). __ (29)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007) (E.O. 13423). __ (ii) Alternate I (Dec 2007) of 52.223-16. _X (30) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (32) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (34) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (35) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (36) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (37) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (39) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (40) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (42)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). _X Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 9.3. DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CHAPTER 3) CLAUSES: CLAUSE DATE CLAUSE TITLE 352.202-1 JAN 2006 DEFINITIONS - WITH ALTERNATE PARAGRAPH (H) (JAN 2006) 352.223-70 JAN 2006 SAFETY AND HEALTH 352.224-70 JAN 2006 CONFIDENTIALITY OF INFORMATION 352.228-7 DEC 1991 INSURANCE - LIABILITY TO THIRD PERSONS 352.232-9 JAN 2006 WITHHOLDING OF CONTRACT PAYMENTS 352.233-70 JAN 2006 LITIGATION AND CLAIMS 352.242-71 APR 1984 FINAL DECISIONS ON AUDIT FINDINGS 352.270-5 JAN 2006 KEY PERSONNEL 352.270-6 JAN 2006 PUBLICATIONS AND PUBLICITY 352.270-8(B) JAN 2006 PROTECTION OF HUMAN SUBJECTS 352.270-10 JAN 2006 ANTI-LOBBYING (OVER $100,000) PART 10 - LIST OF ATTACHMENTS • Reserved PART 11 - INSTRUCTIONS TO THE OFFERORS QUESTIONS DEADLINE: All questions shall be received by email (jaclyn.stielper@fda.hhs.gov) before 3:00 pm EASTERN TIME on June 1, 2010. RFQ Due Date: All quotes and revisions shall be submitted via email and be received by 3:00 PM Eastern Time on June 3, 2010. 11.1. Quote Format The cover letter shall include; FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 325413; delivery date (delivery date is of the utmost importance); business size; and payment terms. 11.2. Technical Proposal The Offeror shall address these factors as follows: 11.2.1. Factor 1: Technical Capability - Sub-factors are of equal weight 11.2.2. The Offeror shall provide documentation that they are an authorized manufacturer distributer/reseller. 11.2.3. The Offeror shall demonstrate meeting the salient characteristics noted in PART 3. 11.3. Price Proposal 11.3.1. Factor 2: Price 11.3.2. The Offeror shall submit a complete pricing matrix for a firm fixed price as indicated in PART 2, 2.3. PART 12 - EVALUATION FACTORS FOR AWARD 12. EVALUATION FACTORS The offeror's ability to demonstrate/describe the following factors as noted in PART 11. 12.1. Factor 1: Technical Capability - Sub-factors are of equal weight 12.1.1. The Offeror has documented that they are an authorized manufacturer distributer/reseller. 12.1.2. The Offeror has the ability to meet all of the salient characteristics described in PART 3. 12.2. Factor 2: Price 12.2.1. The price proposal shall represent the Offeror's response to the requirements of the solicitation. The Government will evaluate the total price of all base year and option year contract line items, if applicable. In addition, this evaluation will include an assessment of the Offeror's proposal for completeness, realism, reasonableness and risk. EVALUATION AWARD CRITERIA: Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," and 2) Price. Technical Capability is significantly more important than price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise an option line item. Evaluation of Technical Capability shall be based on the requirements provided in the quotation. Offerors shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. The Government will evaluate the quote to ensure that it is technical acceptable in accordance with the requirements in PART 3 and that the price is fair and reasonable from the Offeror. Award will be made to the party whose quote offers the best value to the Government. The award will be made to the lowest price technically acceptable. Technical capability and past performance are significantly more important than price. FDA intends to make an award soon after the response date of this notice and all quotes and revisions shall be submitted via email and be received by 3:00 PM Eastern Time on June 3, 2010 to the attention of Jaclyn Stielper, Jaclyn.Stielper@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/JS1067976/listing.html)
- Place of Performance
- Address: 8301 Muirkirk Road, Laurel, Maryland, 20708, United States
- Zip Code: 20708
- Zip Code: 20708
- Record
- SN02163979-W 20100530/100528235911-a65afee508128adbc97022ed50bf9d6e (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 |