SOLICITATION NOTICE
65 -- Blood Cell Processors
- Notice Date
- 8/31/2010
- 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
- W81K0010T0338
- Response Due
- 9/7/2010
- Archive Date
- 11/6/2010
- Point of Contact
- James Metzger, 210-221-5022
- E-Mail Address
-
Great Plains Regional Contracting Ofc
(james.metzger@us.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-0338 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This acquisition is solicited on an unrestricted (full and open) competition basis for NAICS 334516. All responsible sources may submit a quotation that shall be considered by the agency. The requirements of this RFQ are Blood Cell Processors for Darnall Army Medical Center. SCHEDULE OF SUPPLIES/SERVICES/PRICES LINE ITEM 0001: Blood Cell Processors Product/Part No: HAEMONETICS ACP-215 or Equal Quantity: 8 each Period of Performance: On or before 45 days from receipt of order. Place of Performance: Fort Hood TX 76544 FOB Point: Destination Unit Price: $____________________ each (provide unit price quotation) LINE ITEM 0002: Service Manuals for HAEMONETICS ACP-215 or Equal Product/Part No: N/A Quantity: 2 each Period of Performance: On or before 45 days from receipt of order. Place of Performance: Fort Hood TX 76544 FOB Point: Destination Unit Price: $____________________ each (provide unit price quotation) LINE ITEM 0003: Technician Manuals for HAEMONETICS ACP-215 or Equal Product/Part No: N/A Quantity: 2 each Period of Performance: On or before 45 days from receipt of order. Place of Performance: Fort Hood TX 76544 FOB Point: Destination Unit Price: $____________________ each (provide unit price quotation) Salient characteristics: 1.Device with attached shaker and printer. 2.Closed system which uses sterile disposable kits (LN 225 and LN 235, LN 236). 3.Semi automated glcerolization process prepares packed red cells with the addition of glycerol to a 40% concentration (w/v) and provides a summary of the process with a printed report for Good Manufacturing Practices (GMP) requirements. 4.Automated process to deglycerolize thawed red cells to a transfusable product and provides a printed report of the process for compliance with GMP requirements. 5.Extended post thaw deglycerolized storage of previously frozen red blood cells up to 14 days, provided that: The blood was collected in CPDA1. The CPDA1 red cell unit was deglycerolized using the ACP 215 glycerolization process with closed system and frozen within six days of collection. The frozen red blood cell was maintained according to established storage conditions (temperature and time). The thawed red blood cell was deglycerolized using the ACP 215 closed system deglycerolization process and re-suspende in AS-3. 6.Automatically separate and seal off blood componentsmproducts, such as red blood cells, plasma, and platelets from centrifuged whole blood. 7.Automatically transport additive solution to red cells. 8.Adaptable for all common preparation methods. 9.Able to process (separate, seal and weigh) up to 25,000 units per year. 10.Average separation time of whole blood to RBCs and plasma, 1.5 to 2.0 minutes. 11.Instrument installation by manufacture trained technical engineer. 12.Efficient design of workflow. 13.Optimized and standardized product quality: 14.Optical sensors for variable and reliable cell layer detection, no day light disturbance. 15.Minimal cell contamination in plasma. 16.Automatic documentation of process data. 17.Scanner for data acquisition. 18.Display clear operator instructions for user friendly handling. 19.Three level security system. 20.FDA 510K cleared. 21.EN 61010-1 (IEC 61010) compliant. 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] 52.232-33 [Payment by Electronic Funds TransferCentral Contractor Registration] 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] 252.211-7003 [Item Identification and Valuation] 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 [Electronic Submission of Payment Requests and Receiving Reports] 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 (m) Provide the following to demonstrate Technical Acceptability: 1. Technical Acceptance. If providing an equal item(s) comply with FAR Clause 52.211-6, Brand Name or Equal. 1.1. Price. Provide a price for all items. 2. Contractors must submit their quote to the following address or via e-mail: Great Plains Regional Contracting Office MCAA-GP BAMC / Attn: Mr. James Metzger 3851 Roger Brooke Drive, Room L31-9V Fort Sam Houston, TX 78234-6200 Email: james.metzger@us.army.mil (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 07 September 2010, 4:00 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 52.211-6 [Brand Name or Equal] a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 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 (End of provision) (End of solicitation)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0010T0338/listing.html)
- Place of Performance
- Address: Darnall Army Medical Center 36000 Darnall Loop Fort Hood TX
- Zip Code: 76544
- Zip Code: 76544
- Record
- SN02263094-W 20100902/100901000613-cdd1ce20838ea907dcfbe0c3afe405e6 (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 |