Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2010 FBO #3301
SOLICITATION NOTICE

65 -- Provide Perscription Travel Medications - RFQ

Notice Date
12/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
RFQ11-0380324
 
Archive Date
12/11/2010
 
Point of Contact
Brian Chrostowski,
 
E-Mail Address
brian.chrostowski@ic.fbi.gov
(brian.chrostowski@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ This will also be posted in a Word document. 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. See restrictions below for brand name only. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46, Effective 29 October 2010. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitation number is RFQ11-0380324 and shall be referenced on all quotes. The FBI intends to procure several different types of medications for employees that are traveling overseas. Employees may need the following medications: Ciproflaxcin, Doxycycline, Lariam (Mefloquine), Malarone, and Diamox. Furthermore Human Resource Division requires that the medication be in pre determined unit doses (UD). The quantity needed for each drug is unknown to the FBI therefore there shall be no minimum order and orders will be placed on an as needed basis. The HRD of the FBI has requested that the drugs noted below with "BRAND NAME ONLY" be only the drug listed and no other substitute may be used. For the others listed generic versions of the drug are expected to be available. Medications to include the following: Line 1: Ciproflaxcin • 500mg tablet • Unit dose of 14 • Ingested orally Line 2: BRAND NAME ONLY: Doxycycline • 100mg tablet • Unit doses of: 2, 7, 14, 20, 28, 30, and 60 • Ingested orally Line 3: Lariam or Mefloquine • 250mg tablet • Unit doses of: 8 and 10 • Ingested orally Line 4: BRAND NAME ONLY: Malarone • 250mg/100mg tablet • Unit doses of: 16 and 24 • Ingested orally Line 5: BRAND NAME ONLY: Diamox • 125mg tablet • Unit dose of 12 • Ingested orally In addition to the above stated medications the Contractor shall also provide the following: The Contractor shall accept orders via telephone, fax, and online. The contractor shall also include a breakdown of the cost of all medications offered, shipping charges, and the estimated time of delivery with their quote. All medications shall come with prepopulated labels with the FBI's practice information printed on the bottle and shall be sealed with a tamper-evident safety seal. Additionally the bottle shall come with a second label to be included in the patients file for records and tracking capability and patient medication instructions printed out with each prescription. The contractor shall also be responsible to keep and provide the FBI with a log of all medications dispensed against the BPA. The contractor shall also have the ability to ship to any United States territories, not limited too but including Hawaii, Alaska, and Puerto Rico under one account/purchase order number. Inspection and acceptance will take place at the given delivery locations when orders are received. The Contractor shall follow quality assurance plans that meet or exceed the FDA's quality and safety standards. The contractor shall also have an FDA and cGMP compliant facility and be VAWD certified. The contractor shall provide proof that these requirements have been met or their quote will not be considered. A purchase order will awarded to the responsive, responsible quoter whose quote conforms to this combined synopsis/solicitation and is the Best Value to the Government. All quoters must comply with all the requirements above or their quote will not be considered. Quotes will be evaluated by price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JUN 2008); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering price, technical acceptability, and past performance. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (AUG 2009) - Please note: All offerors and prospective contractors must be registered on the online Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. ORCA registration is available through Business Partner Network (BPN) at www.bpn.gov. FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (JUNE 2009); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2009) - in paragraph (b) the following clauses apply; 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-34. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is incorporated by reference. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. All quotes from responsible sources will be considered. All questions regarding this combined synopsis/solicitation are due by December 9, 2010 at 02:00 PM EST. Questions shall be accepted via electronic mail only and shall be sent to brian.chrostowski@ic.fbi.gov. Phone calls will not be accepted. Quotes are due by December 10, 2010 at 02:00 PM EST. Quotes will be accepted via email only to brian.chrostowski@ic.fbi.gov. Please reference combined synopsis/solicitation number RFQ11-0380324. For information regarding the combined synopsis/solicitation, please contact Brian Chrostowski at brian.chrostowski@ic.fbi.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ11-0380324/listing.html)
 
Record
SN02339263-W 20101208/101206234130-dcbb472c19283d8cf3eb06e7abbfeb61 (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.