SOLICITATION NOTICE
W -- Lease of two (2) Beckman Coulter DxH 800 Bench Top Hematology Analyzers
- Notice Date
- 9/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060412T3202
- Response Due
- 9/14/2012
- Archive Date
- 9/29/2012
- Point of Contact
- Kristopher Tom 808-473-7555
- Small Business Set-Aside
- N/A
- Description
- The Regional Contracting Department, Fleet Logistics Center (FLC), Pearl Harbor, Hawaii intends to award a sole source, unrestricted Firm-Fixed Price (FFP) contract to Beckman Coulter Inc. for lease renewal of two (2) Beckman Coulter DxH 800 Bench Top Hematology Analyzers. The proposed contract action is for commercial supplies/services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotes. However, the Government will consider all quotes received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items and FAR Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS (https://www.fbo.gov/) and NECO (http://www.neco.navy.mil/). The Request for Quotation (RFQ) number is N00604-12-T-3202. All prospective offerors are responsible for monitoring these sites for the release of amendments (if any) or other information pertaining to this solicitation. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120829. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The applicable NAICS Code is 621511 and the small business size standard is $13.5 million. The period of performance is 01 October 2012 through 30 September 2013; Place of performance is Naval Health Clinic Makalapa Laboratory, Joint Base Pearl Harbor-Hickam, HI 96860, and Naval Branch Clinic Kaneohe Bay Laboratory, Kaneohe, HI 96863. Responsibility and inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. [CLIN 0001 “ INFO ONLY]: Lease of DxH 800 Bench Top Hematology Analyzer, part number A66002, serial number AT44602. LOCATION OF EQUIPMENT: NAVAL HEALTH CLINIC MAKALAPA LABORATORY, BLDG 1407, ROOM 907, JBPHH, HI 96860 Service Coverage for instrument: 7 days a week, 8 hours a day. Covers all parts, labor and travel. One training slot per instrument included per year Cost Per Test (CPT) price for each test that can be performed on its equipment. The per test price shall include costs covering (a) equipment use, (b) all reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the operation of the contractor ™s equipment and necessary for the generation and reporting of a test result, (c) all necessary maintenance to keep the equipment in good operating condition (this element includes both preventative maintenance and emergency repairs) and (d) training for Government personnel. Delivery, installation, and removal of equipment is provided at no additional charge. MAXIMUM AMOUNT OF REAGENTS ALLOWED PER YEAR IS SHOWN BELOW. QUANTITY / PART NUMBER / DESCRIPTION 215 / 628017 / FP,DXH DILUENT,10L 11 / 628019 / FP,DXH CELL LYSE,5L 17 / 628020 / FP,DXH DIFF PACK 19 / 628023 / FP,DXH CLEANER,10L 12 / 628027 / FP,6C CELL CONTROL 12X 12 / 628024 / FP,LATRON CONTROL 2 / 628026 / FP,S CAL CALIBRATOR [CLIN 0001AA]: Lease of DxH 800 Bench top Hematology Analyzer. Quantity: 12 months. Pricing based on 75 CBCs a day, 7 days of operation. [CLIN 0001AB]: Industrial Funding Fee. Monthly Industrial Funding Fee of.05 percent. Quantity: 12 months. [CLIN 0002 “ INFO ONLY]: Lease of DxH 800 Bench Top Hematology Analyzer, part number A66002, serial number AU06056. LOCATION OF EQUIPMENT: NAVAL BRANCH CLINIC KANEOHE BAY LABORATORY, 3089 D STREET, KANEOHE, HI 96863-3066. Service Coverage for instrument: 7 days a week, 8 hours a day. Covers all parts, labor and travel. One training slot per instrument included per year Cost Per Test (CPT) price for each test that can be performed on its equipment. The per test price shall include costs covering (a) equipment use, (b) all reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the operation of the contractor ™s equipment and necessary for the generation and reporting of a test result, (c) all necessary maintenance to keep the equipment in good operating condition (this element includes both preventative maintenance and emergency repairs) and (d) training for Government personnel. Delivery, installation, and removal of equipment is provided at no additional charge. MAXIMUM AMOUNT OF REAGENTS ALLOWED PER YEAR IS SHOWN BELOW. QUANTITY / PART NUMBER / DESCRIPTION 114 / 628017 / FP,DXH DILUENT,10L 6 / 628019 / FP,DXH CELL LYSE,5L 10 / 628020 / FP,DXH DIFF PACK 19 / 628023 / FP,DXH CLEANER,10L 12 / 628027 / FP,6C CELL CONTROL 12X 12 / 628024 / FP,LATRON CONTROL 2 / 628026 / FP,S CAL CALIBRATOR [CLIN 0002AA]: Lease of DxH 800 Bench top Hematology Analyzer. Quantity: 12 months. Pricing based on 30 CBCs a day, 7 days of operation. [CLIN 0002AB]: Industrial Funding Fee. Monthly Industrial Funding Fee of.05 percent. Quantity: 12 months. The following FAR provisions and clauses are applicable to this procurement: 52.204-99 (Deviation), System for Award Management Registration 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations -- Representations 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation “ Commercial Items, Paragraph (a); Award will be made to the responsible offeror proposing the lowest priced, technically acceptable offer. 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses are incorporated by reference in 52.212-5: 52.204-10 “ Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 -- Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Purposed for Debarment. 52.209-10 -- Prohibition on Contracting with Inverted Domestic Corporations 52.219-28 “ Post-Award Small Business Program Representation 52.222-3 -- Convict Labor 52.222-19 -- Child Labor ”Cooperation with Authorities and Remedies 52.222-21 -- Prohibition of Segregated Facilities 52.222-26 -- Equal Opportunity 52.222-36 -- Affirmative Action for Workers With Disabilities 52.223-18 “ Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 -- Restrictions on Certain Foreign Purchases 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration 52.222-51 -- Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment ”Requirements 52.223-3, Hazardous Material Identification and Material Safety Data 52.232-99 (Deviation), Providing Accelerated Payment to Small Business Subcontractors 52.237-2, Protection of Government Building, Equipment, and Vegetation. 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.sam.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.204-7003, Control of Government Personnel Work Product. 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses are incorporated by reference in 252.212-7001: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.247-7023Alt III, Transportation of Supplies by Sea 252.223-7008, Prohibition of Hexavalent Chromium 252.232-7010 Levies on Contract Payments 252.209-7998, REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-O0007) (MAR 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.209-7999, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that have been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012) 5252.243-9400 AUTHORIZED CHANGES BY THE KO (FEB 2008) CONDITION OF RENTED PROPERTY The contractor shall furnish rented property which is of good quality and in first class operating condition, and the Government shall promptly inspect and accept or reject said property. If the Contracting Officer determines that the rented property furnished hereunder is not of satisfactory quality or in good operating condition, the contractor shall promptly replace same upon receipt of written notice of such determination by the Contracting Officer. If the contractor fails to replace the rented property in accordance with the determination of the Contracting Officer the Government may: (i) by contract or otherwise replace or correct such property and charge to the contractor the cost occasioned the Government thereby; or (ii) terminate the contract for default as provided in the clause of this contract entitled "Default." RESPONSIBILITY FOR RENTED PROPERTY Except for reasonable wear and tear, the Government agrees to return the rented property in as good condition as when received, provided, however, if the rented property is operated by an employee of the contractor, the Government shall not be liable for damage to the rented property incident to such operation. Any questions regarding this solicitation must be made in writing and submitted no later than 8:00 a.m. Hawaii Standard Time (HST), 13 September 2012. Quotes are due no later than 3:00 p.m. HST, 14 September 2012. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Please submit all quotes to kristopher.m.tom@navy.mil or fax to (808) 473-3524. Quotes over 10 pages in total will not be accepted by facsimile. It is responsibility of the contractor to confirm receipt of quotes. To facilitate processing of your quote please include your DUNS number, CAGE CODE number and your Federal Tax Identification number. System for Award Management (SAM). Offerors shall be registered in the SAM database prior to submitting an invoice. Offerors may obtain information on registration and annual confirmation requirements via www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. All quotes shall include unit price(s), extended price(s), and total price, a vendor point of contact, name and phone number, email address, business size, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060412T3202/listing.html)
- Record
- SN02870061-W 20120908/120906235555-f7c0a2307ebb7c758abb647b0029da1f (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 |