Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOLICITATION NOTICE

65 -- ANNUAL REAGENT COST-PER TEST

Notice Date
9/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance 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
W81K00-10-T-0387
 
Response Due
9/17/2010
 
Archive Date
11/16/2010
 
Point of Contact
John Roeck, 210-221-4648
 
E-Mail Address
Great Plains Regional Contracting Ofc
(john.roeck@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 W81K00-10-T-0387 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. This acquisition is solicited as unrestricted for NAICS 325413, size standard 500 employees. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation is for annual reagent cost-per test for Brooke Army Medical Center, Fort Sam Houston TX 78234. Required items to be delivered FOB destination. Period of performance: 1OCT10 through 30 SEP11. Reagents described below in CLINs 0001 through 0010 to be used with Symphony Instrument, cat# 900-SYM3. The Symphony Instrument must conform to the following salient characteristics, or equal: Symphony, Cat #900-SYM3, 2 each: Staining system provides slide identification with individual slide tracking technology Random access slide processing, and ability to designate slides and cases as STAT on demand Automated and on-board deparaffinization and paraffin removal Capability of simultaneous processing of multiple protocols Capable of processing, staining, deparaffinization, and cover slipping without the use of xylene Utilized discrete slide staining to eliminate tissue transfer from on patient slide to the next during the staining process Designed for continuous slide loading, random slide processing, automated and on-board deparaffinization, paraffin removal, and on-board and automated slide curing CLIN 0001: SYMPHONY B Bluing reagent, #900-204, or equal, 307 each CLIN 0002: SYMPHONY C Cytoplasmic stain, #900-202, or equal, 154 each CLIN 0003: SYMPHONY N1 Nuclear stain, #900-201, or equal, 89 each CLIN 0004: SYMPHONY N2+ Nuclear stain, #900-213, or equal, 90 each CLIN 0005: SYMPHONY W WASH SOLUTION, #900-203, or equal, 438 each CLIN 0006: SYMPHONY E enhancer solution, #900-212, or equal, 5 each CLIN 0007: SYMPHONY CLEAR clearing solution, #900-209, or equal, 311 each CLIN 0008: OPTISURE GLASS coverslip, #900-221, or equal, 87 each CLIN 0009: N2+ cleaning kit, #900-217, or equal, 8 each CLIN 0010: Desiccant filter, #2094800, or equal, 24 each Salient characteristics for all line items: Must equal chemical composition of items as indicated by name and part number above for testing kits. If offering brand name or equal, demonstrate how item is equal to listed item(s). 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; 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] 52.204-10 [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] 52.211-6 [Brand Name or Equal]; 52.232-18 [Availability of Funds] 52.219-1 [Small Business Program Representations]; 52.219-4 [Notice of price evaluation preference for Hubzone small business concerns] 52.219-28 [Post-award small business program representation] 52.222-2 [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], 52.225-3 [Buy American Act-Free Trade Agreements-Israeli Trade Act], 52.225-18 [Place of Manufacture] 52.225-13 [Restrictions of Certain Foreign Purchases] 52.232-36 [Payment by Third Party] 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] 252.209-7004 [Subcontracting with firms that are owned or controlled by the Government of a terrorist country] 252.225-7001 [Buy American Act and Balance of Payments Program] 252.232-7010 [Levies on Contract Payments]; 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 this/these address(es): http://www.arnet.gov/far http://farsite.hill.af.mil/ (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any DOD FAR supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (JUL 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) End Addendum 52.212-4; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (DEVIATION) 52.212-1 [Instructions to Offerors]; Addendum to 52.212-1 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. 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. The closing date and time of this solicitation is 17 September 2010, 10:00 a.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes shall be submitted e-mail. 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: John Roeck, 210-221-4648; e-mail: john.roeck@us.army.mil. End Addendum 52.212-1 The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: Addendum to 52.212-2 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. 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, on an all or none basis. (End of Addendum to 52.212-2) 52.212-3 [Offeror Representations and Certifications-Commercial Items]; (end)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-10-T-0387/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
SN02279997-W 20100915/100914000227-fd22d52bb614e8f533294f6bb5306165 (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.