SOLICITATION NOTICE
65 -- In-Vitro Lab Supplies
- Notice Date
- 9/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- RDECOM Contracting Center, Natick Base Ops (RDECOM-CC), Directorate of Contracting, Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- N6311610MP00182-1
- Response Due
- 9/23/2010
- Archive Date
- 11/22/2010
- Point of Contact
- Christine Sordillo, 508-233-4126
- E-Mail Address
-
RDECOM Contracting Center, Natick Base Ops (RDECOM-CC)
(christine.sordillo@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. Solicitation Number: N6311610MP00194 Notice Type: Combined Synopsis/Solicitation Synopsis: 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. (i) INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in combination with Subpart 13.5, 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. (ii) SOLICITATION TYPE This solicitation, numbered N6311610MP00194, is issued as a Request for Proposal (RFP). (iii) CURRENTNESS The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. (iv) SET ASIDE This acquisition is set aside 100% for small businesses under NAICS 325413 (v) REQUIRED ITEMS The government requires the following items: Laboratory Supplies 1)The RMK tube is an oblong glass tube containing 2-mL of a defined, pH balanced solution, and a monolayer of cells derived from a Rhesus monkey. The cell monolayer is used to culture viruses from clinical specimens. 2)The A-549 tube is an oblong glass tube containing 2-mL of a defined, pH balanced solution, and a monolayer of continuous cells originally derived from a human lung carcinoma. The cell monolayer is used to culture viruses from clinical specimens. 3)The shell vial with R-Mix Too product is a dram vial containing 2-mL of a defined, pH balanced solution, and a mixed monolayer of two cells types derived from a human lung carcinoma or a canine kidney grown on a removable cover slip. The cell monolayer is used to culture viruses from clinical specimens. 4)Refeed and Rinse Media is a square plastic bottle containing 100-mL of a defined, pH balanced solution for use with the R-Mix Too shell vials. 5)Influenza A/Respiratory Virus Screening Kit is a small box containing 3 bottles of liquid reagents, and a package of 5-slides used in combination for the detection of respiratory viruses in clinical specimens and R-Mix Too cultures. 6)The A-549 flask is a square shaped plastic flask containing approximately 250-mL of a defined, pH balanced solution, and a monolayer of continuous cells originally derived from a human lung carcinoma. The cells from the flask are used to produce additional containers of cells by the end user. 7)The RMK flask is a square shaped plastic flask containing approximately 250-mL of a defined, pH balanced solution, and a monolayer of continuous cells originally derived from a Rhesus monkey. The cells from the flask are used to produce additional containers of cells by the end user. 8)UTM w/ 2 Flocked Swabs kits are individual poly bags containing a single 3-mL UTM and two flocked swabs. The UTM is a red capped plastic tube containing 3-mL of a defined pH balanced solution for the transport of clinical specimens for viral culture. The flocked swabs are nylon tipped swabs used to collect clinical specimens from the either the patient's nasopharynx or wound. The specimen, once collected on the swab, is placed into the UTM for transport. Contract Details The U.S. Naval Health Research Center (NHRC) will enter into a Indefinite delivery/indefinite quantity (IDIQ) Agreement for approximately 8 distinct laboratory supply items of various quantities during a three year ordering period beginning in fiscal base year 2011 and through the periods 2012 & 2013. These laboratory supplies include, but are not limited to the items listed above & shall be used by NHRC in its In-Vitro diagnostics testing. A minimum contract value of $20,000 has been identified for this acquisition, with a maximum value (over the three year period) set at $350,000. NHRC will purchase the products from the above list on a weekly basis or as needed. The ordering officers will be authorized to place the orders both orally and electronically. All purchases made under this IDIQ agreement will be made using Military Intergovernmental Purchase Requests. Therefore, invoicing shall be addressed using the WAWF system. The contractor shall ensure that each purchase contains Level III data, which is required for NHRC Ordering Officials to perform efficient reconciliation. Specific Requirements 1. The contractor shall fully comply with all specifications, clauses and terms and conditions in this IDIQ. This IDIQ shall include all laboratories diagnostic and equipment supplies offered under Standard Industrial Classification (SIC) 2835 only. 2. The contractor shall fill all orders placed before 2:00 p.m. within five business days. The contractor shall also provide the option of next day delivery. The contractor shall acknowledge all orders via facsimile, telephone, or electronically. If an item is not available for delivery, the contractor shall notify NHRC prior to delivery of the other items, and give the user the option to cancel the order or place the item on back order. 3. The contractor shall ensure that all costs for performing under this IDIQ, reporting, and any other deliverables or requirements set forth in this IDIQ, are included in the prices for the supplies ordered. The shipping costs are to be included in the prices for supplies. Unless specifically authorized in the IDIQ, NHRC will not be responsible for paying for any costs or prices other than those for the supplies ordered, received and accepted by NHRC. The contractor shall not bill NHRC for any items on back order until such items are shipped. 4. The contractor shall retain the order history as a means to assist NHRC with repeat orders of the same products. If an online ordering system is available, the online ordering system must offer users the option of viewing their previous purchases, and a shortcut process to place repeat orders for the same items. 5. The contractor shall package supply orders separately for each order placed by an NHRC Ordering Official, and label packages with specific addresses and room numbers or drop points. The contractor shall ensure printed material provided to the NHRC Ordering Officials (labels, packing slips, etc.) are uniform regardless of location. 6. The contractor shall maintain a toll free customer service and help desk telephone line during the hours of 8:00 a.m. to 5:00 p.m., Monday through Friday. The hours of operation shall be those of the location of the servicing area of the contractor. (vi) DELIVERY All of the items described above shall be delivered FOB, according to the specific contract instructions, to: Naval Health Research CenterDept 166 McClelland Road & Patterson Road Gate 4, Building 315 Shed San Diego, CA 92152 Delivery Requirements 1. The contractor shall deliver all supplies ordered under this IDIQ to the location specified with the order. All deliveries shall be performed by personnel with the requisite access/clearance for the specified NHRC facility. 2. The contractor shall fill all orders placed under this IDIQ, including orders containing within two days for standard orders, or the next day, as requested at the time the order is placed. If an item is not available for immediate delivery, the contractor will inform the NHRC Ordering Official and offer to cancel the order, or place the item on backorder status. 3. Delivery of all items under this contract shall be Free On Board (FOB) Destination for standard two day delivery, and shall be shipped with all transportation costs included in the cost of the item, unless otherwise established at the time the order is placed. 4. Packing Slip - The contractor shall include a delivery ticket or packing slip with each order placed under this IDIQ and provide it with the order. The contractor shall ensure the delivery ticket or packing slip contains the following information: Name of Supplier Contract Number Order Number Date of purchase (order) & name of the NHRC Ordering Official or customer number placing the order Itemized list of supplies furnished, including total cost of the order Quantity, unit price, and extension of each item Date of delivery of shipment 5. The printed name and signature of the NHRC employee receiving the supplies and two copies of the signed Packing Slip shall be given to the person receiving the order and the original retained by the contractor. (vii) PROPOSAL INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference into this RFP. (viii) EVALUATION OF PROPOSALS The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFP. Proposals will be evaluated on the following factors: Compliance with Government requirements and cost reasonableness. The factors are listed in descending order of importance, and the non-price factors may be significantly more important than price. The Government intends to use a trade off process to determine which quote offers the best value; therefore, Vendors are cautioned that a contract may not necessarily be made to the lowest priced quote. (ix) STANDARD TERMS & CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFP. (x) STANDARD TERMS & CONDITIONS The clause at 52.212-5 DEVIATION, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items DEVIATION, applies to this acquisition and is incorporated by reference into this solicitation. (xi) ADDITIONAL TERMS & CONDITIONS The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference: 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2008 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Dec 2008) (Deviation) 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-50 Combating Trafficking in Persons AUG 2007 52.222-54 Employment Eligibility Verification SEP 200952.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.229-4 Federal, State, And Local Taxes (State and Local Adjustments) APR 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.242-13 Bankruptcy JUL 1995 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.211-7003 Item Identification & ValuationAUG 2008 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jan 2009) (Deviation) 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities DEC 2008 252.225-7013 Duty-Free Entry OCT 2006 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.246-7000 Material Inspection And Receiving Report MAR 2008 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://farsite.hill.af.mil/farsite_alt.html (xii) SUBMISSION OF PROPOSALS Proposals shall be submitted electronically to Christine Sordillo via christine.sordillo@us.army.mil. All proposals shall be submitted by 10am Eastern time on 23 September 2010. **Proposals will only be accepted electronically via the email address provided above. (xiii) QUESTIONS Questions regarding this acquisition may contact the contract specialist, Christine Sordillo, at the above listed email address. Additional Info: US Army RDECOM CC Natick Contracting Division Contracting Office Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: CCRD-NA-SY, Natick Contracting Division Building 1, Kansas Street, Natick, MA 01760-5011 Point of Contact(s): Christine Sordillo, christine.sordillo@us.army.mil RDECOM Contracting Center - Natick R&D (RDECOM-CC)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e8b1afac9d3aaf80111d475d813702bb)
- Place of Performance
- Address: RDECOM Contracting Center, Natick Base Ops (RDECOM-CC) Directorate of Contracting, Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN02289714-W 20100922/100920235712-e8b1afac9d3aaf80111d475d813702bb (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 |