Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

65 -- Blood Products

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424210 — Drugs and Druggists' Sundries Merchant Wholesalers
 
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
W81K0010T0319
 
Response Due
8/30/2010
 
Archive Date
10/29/2010
 
Point of Contact
GLENDELL WILLIAMS, 210-916-5380
 
E-Mail Address
Great Plains Regional Contracting Ofc
(glendell.williams2@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 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. Combined Synopsis/Solicitation no. W81K00-10-T-0319 is issued as a request for quotation (RFQ), subject to the availability of fiscal year (FY) 2011 funds. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This acquisition is solicited on an unrestricted (full and open) competition basis for NAICS 424210. All responsible sources may submit a quotation that shall be considered by the agency. The requirements of this RFQ are for the purchase of Blood Products for Brooke Army Medical Center. Supplies are to be delivered 24 hours per day, 7 days a week to include holidays during the period of performance. Period of Performance: 01 October 2010 30 September 2011 Place of Performance: Fort Sam Houston TX 78234 FOB Point: Destination Line item 0001: The contractor will provide blood products for patients at Brooke Army Medical Center requiring emergency/contingency product support. Service must be provided 24hrs per day, 7 days a week to include holidays. Unit Price: $_See attached. The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-4 [Contract Terms and Conditions Commercial Items] Addendum 52.212-4 (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, the locations where full text can be obtained are: http://farsite.hill.af.mil/vffar1.htm http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.202-1 [Definitions] 52.203-3 [Gratuities] 52.203-6 [Restrictions on Subcontractor Sales to the Government] 52.203-12 [Limitation on Payments to Influence Certain Federal Transactions] 52.204-4 [Printed or Copied Double-Sided on Recycled Paper] 52.204-5 [Women-Owned Business Other Than Small Business] 52.204-10 [Reporting Executive Compensation and First-Tier Subcontract Awards] 52.209-6 [Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment] 52.212-3 [Offeror Representations and Certifications -- Commercial Items} 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns] 52.219-8 [Utilization of Small Business Concerns] 52.222-3 [Convict Labor] 52.222-19 [Child LaborCooperation 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, Veterans of the Vietnam Era, and Other Eligible Veterans] 52.222-50 [Combating Trafficking in Persons] 52.222-54 [Employment Eligibility Verification] 52.225-13 [Restrictions on Certain Foreign Purchases] 52.232-17 [Interest] 52.232-18 [Availability of Funds] 52.232-36 [Payment by Third Party] 52.233-2 [Service of Protest] 52.233-3 [Protest After Award] 52.233-4 [Applicable Law for Breach of Contract Claim] 52.242-13 [Bankruptcy] 52.252-1 [Solicitation Provisions Incorporated By Reference] 52.252-2 [Clauses Incorporated by Reference] 52.252-6 [Authorized Deviations in Clauses] 252.203-7000 [Requirements Relating to Compensation of Former DoD Officials] 252.203-7002 [Requirement to Inform Employees of Whistleblower Rights] 252.204-7003 [Control of Government Personnel Work Product] 252.209-7001 [Disclosure of Ownership Or Control By The Government of a Terrorist County] 252.209-7004 [Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country] 252.212-7000 [Offeror Representations and CertificationsCommercial Items] 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] 252.225.7000 [Buy American Act Balance of Payments Program Certificate] 252.225-7001 [Buy American Act and Balance of Payments Program] 252.225-7002 [Qualifying Country Sources as Subcontractors] 252.226-7001 [Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns] 252.232-7010 [Levies on Contract Payments] 252.247-7023 [Transportation of Supplies by Sea] End of Addendum to 52.212-4 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 Paragraph (a) is hereby replaced with the following: Price. 1. Contractors must submit their proposals to the following address: Greal Plains Regional Contracting Office MCAA-GP BAMC/Attn: Mr. Glendell Williams 3851 Roger Brooke Drive, L31-9V Fort Sam Houston, Tx 78234-6200 Proposals must be submitted to the mailing address above; by fax (210) 22105359 or (210) 221-3446, Atth: Mr. Glendell Williams; or email: glendell.williams@us.army.mil. (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 foundThe Government will isse an order resulting from this solicitation to the responsible contractor whose proposal confirming to the solicitation, is Lowest Priced Technically Acceptable (LPTA). Award will be on an all or none basis. All proposals will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable proposal. (n) 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: https://www.bpn.gov/ccr/. Confirmation of CCR registration will be validated prior issuance of an order. (o) 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. (p) The closing date and time of this solicitation is 30 August 2010, 2:00 p.m. CST. It is requested that quotations be submitting on company letterhead signed by an authorized company representative by the closing date and time. Quotes can be submitted by entering unit prices into this solicitations line items herein, attached to a cover containing company name, address, contact name and title, phone number and/or email address. Please include a DUNS and/or CAGE code. Quotes may be submitted via mail or e-mail. (q) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, the locations where full text can be obtained are: http://farsite.hill.af.mil/vffar1.htm http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html End of Addendum to 52.212-1 52.212-2 [Evaluation Commercial Items] Addendum to 52.212-2 Paragraph (a) is hereby replaced with the following: 1. The Government will issue an order 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.) 2. 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 Addendum to 52.212-2 BLOOD AND BLOOD COMPONENTS RED BLOOD CELLS: Red Blood Cells Leukocyte-Reduced $ Red Blood Cells Leukocyte-Reduced (3 Aliquots, pediatric) $ Red Blood Cells Leukocyte-Reduced (Autologous) $ WHOLE BLOOD: Whole Blood Leukocyte-Reduced $ SINGLE DONOR PLASMA: Single Donor Plasma, Fresh Frozen $ Single Donor Plasma, Fresh Frozen (540 ml to 600 ml) $ Single Donor Plasma, Fresh Frozen (360 ml to 539 ml) $ Cryo Reduced Plasma $ Cryo Reduced Plasma Pheresis (540 ml to 539 ml) $ Cryo Reduced Plasma Pheresis (360 ml to 539 ml) $ CRYOPRECIPITATE: Anti-Hemophilic Factor (Cryoprecipitate) $ Anti-Hemophilic Factor (Cryoprecipitate 5 pack pool) $ PLATELET CONCENTRATE: Platelet Concentrate (Plateletapheresis Leukocyte-Reduced) $ RELATED SERVICES (IN ADDITION TO COMPONENT FEE) Directed donation Service Charge $ Autologous service Chard $ Deglycerolize Red blood Cells $ Freezing Red Blood Cells $ Irradiation, other than platelet concentrates (per component) $ Unit/Patient-associated Red Cell Antigen Typings: Antigen type, per antigen, per unit for Group 1 Group 1 (C, E, c, Kell and A1) $ Antigen type, per antigen, per unit for Group 2 Group 2 (Fya, M, N, Cw, Dia and Kpa) $ Antigen type, per antigen, per unit for Group 3 Group 3 (e, S, s, Jka, Jkb, k, P1, Fyb, Lea and Leb) $ Antigen Screen from stock, per 10 units $ Unit serach fee for rare RBC unit $ Rare frozen RBC Handling fee $ Segment finding fee $ Production Preparation Fees: Thawing Products (e.g. plasma) $ HLA-Matched, per component $ CMV Screening, per component $ Wash Fee, per component $ Pediatric Satellite Bags $ Special Order Service Fee per unit (Applies to units whereby special donor Recruitment required and the unit is required to be less than 72 hours old; Does not apply to red cell standing orders) $ CONSULTATION & REFERENCE LABORATORY: RED CELL SEROLOGY: ABO & Rh(D) Type $ Antibody Screen, Reference Lab $ Crossmatch (Electronic) $ Immediate Spin Phase of crossmatch $ AGT phase of crossmatch $ DAT, direct $ Antibody Elution $ Antibody ID, each panel, each technique $ Antibody ID, enzyme or pre treated cells, each panel $ Antibody ID, Select cell panel, per cell $ ABO discrepancy resolution $ Antibody Titration Studies $ Auto Adsorption of serum $ Differential adsorption of serum, each adsorption, per cell $ Pretreatment of RBCs, incubation with chemical agents or drugs $ Reticulocte separation $ Neutralization, serum inhibition studies $ Sickle cell test (units only) $ INFECTIOUS DISEASE MARKERS (non-diagnostic): HTLV-1 Antibody Test $ HCV Antibody Test $ HIV Antibody Test $ HBcAb Antibody Test $ ALT Test $ HNBsAg Test $ Syphilis Test $ CMV Test $ (End of solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0010T0319/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
SN02252640-W 20100826/100824235324-b85b5ab38a8ad3b4a38f6c688403a630 (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.