Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2015 FBO #4950
SOLICITATION NOTICE

65 -- EMBOLISM KITS

Notice Date
6/11/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, ATTN: MCAA SE BLDG 39706, 39706 40th Street, Fort Gordon, Georgia, 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W81K0015T0198
 
Archive Date
7/8/2015
 
Point of Contact
Valerie DeVeaux, Phone: 7067878438
 
E-Mail Address
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation W81K00-15-T-0198 for purchase request GFEBS 0010690249 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Size standard is 500 employees. This RFP is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The purpose of this solicitation is to procure Iodine used in the early detection of a deadly pulmonary embolism. This procedure is critical to patient care for ventilation and perfusion (V/Q) scanning of patients at Eisenhower Army Medical Center, Fort Gordon, GA. Ordering Period: Date of Award through 30 April 2017. Quotes are due by 23 June 2015 at 12:00 PM, Eastern Standard Time. Questions must be submitted via email not later than 17 June 2015 (no questions will be entertained after this date). Quotes and questions shall be submitted via email to Valerie.J.DeVeaux.civ@mail.mil and Carolyn.F.Lovett.civ@mail.mil. CLIN 0001 MACRO AGGREGATED ALBUMIN (30 PER KIT) ITEMS ARE USED IN THE EARLY DETECTION OF A DEADLY PULMONARY EMBOLISM. THIS PROCEDURE IS CRITICAL TO PATIENT CARE FOR VENTILATION AND PERFUSION (V/Q) SCANNING OF PATIENTS. ITEMS ARE PATIENT SPECIFIC AND ORDERED ON AN AS NEEDED BASIS FOR EISENHOWER ARMY MEDICAL CENTER, FORT GORDON, GA. ORDERING PERIOD: DATE OF AWARD - 30 APRIL 2016 QTY: 4 EACH; UNIT PRICE: ___________ TOTAL AMOUNT: ____________ CLIN 0002 PENTETATE (DTPA) KIT ITEMS ARE USED IN THE EARLY DETECTION OF A DEADLY PULMONARY EMBOLISM. THIS PROCEDURE IS CRITICAL TO PATIENT CARE FOR VENTILATION AND PERFUSION (V/Q) SCANNING OF PATIENTS. ITEMS ARE PATIENT SPECIFIC AND ORDERED ON AN AS NEEDED BASIS FOR EISENHOWER ARMY MEDICAL CENTER, FORT GORDON, GA. ORDERING PERIOD: DATE OF AWARD - 30 APRIL 2016 QTY: 4 EACH; UNIT PRICE: ___________ TOTAL AMOUNT: ____________ CLIN 1001 MACRO AGGREGATED ALBUMIN (30 PER KIT) ITEMS ARE USED IN THE EARLY DETECTION OF A DEADLY PULMONARY EMBOLISM. THIS PROCEDURE IS CRITICAL TO PATIENT CARE FOR VENTILATION AND PERFUSION (V/Q) SCANNING OF PATIENTS. ITEMS ARE PATIENT SPECIFIC AND ORDERED ON AN AS NEEDED BASIS FOR EISENHOWER ARMY MEDICAL CENTER, FORT GORDON, GA. ORDERING PERIOD: 1 MAY 2016 - 30 APRIL 2017 QTY: 4 EACH; UNIT PRICE: ___________ TOTAL AMOUNT: ____________ CLIN 1002 MACRO AGGREGATED ALBUMIN (30 PER KIT) ITEMS ARE USED IN THE EARLY DETECTION OF A DEADLY PULMONARY EMBOLISM. THIS PROCEDURE IS CRITICAL TO PATIENT CARE FOR VENTILATION AND PERFUSION (V/Q) SCANNING OF PATIENTS. ITEMS ARE PATIENT SPECIFIC AND ORDERED ON AN AS NEEDED BASIS FOR EISENHOWER ARMY MEDICAL CENTER, FORT GORDON, GA. ORDERING PERIOD: DATE OF AWARD - 30 APRIL 2016 QTY: 4 EACH; UNIT PRICE: ___________ TOTAL AMOUNT: _____________ Total Contract Amount: _____________________ Place of Performance: Eisenhower Army Medical Center 300 Hospital Road Fort Gordon, GA 30905 UNITED STATES The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offeror - Commercial Items (FEB 2012). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation. See provision 52.252-1 for locations where full text can be obtained. 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 1. Evaluation Process. 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 product/service meets the specified in the solicitation (before each set of CLINs) by submitting product literature or other documentation that specifically shows how the proposed item meets each CLIN. 2. Price. Provide a unit price and extended amount for all CLINs. NOTE: Each CLIN contains a quantity (e.g., CLIN 0001AA requests 155 each at 5 pack/250 slides). If proposing another item, document how the proposed item contains the same quantity (e.g., 155 each at 5 pack/250 slides). 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 as determined by the end user. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the System Award management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. IAW 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. Offers are due by 23 June 2015, 12:00 PM, EST. Submit offers via email to Valerie.J.DeVeaux.civ@mail.mil, and carolyn.f.lovett.civ@mail.mil facsimile (706) 787-5681 or mail. Contracting Office Address: Southern Regional Contracting Office (SRCO) 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 The following stand alone discretionary FAR and DFARS provisions are necesssary: 52.211-6 - Brand Name Or Equal (AUG 1999) 52.225-25 - Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification (DEC 2012) 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). 252.203-7005 - Representation Relating To Compensation Of Former DoD Officials (NOV 2011). 252.204-7011 - Alternative Line-Item Structure (SEP 2011) 52.212-4 -- Contract Terms and Conditions - Commercial Items, applies to this acquisition (DEC 2014) and Addendum to 52.212-4--(u) The non-FAR Part 12 discretionay FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (AUG 2013). 52.222-19 - Child Labor-Cooperation With Authorities And Remedies (JAN 2014) 52.222-50 -- Combat Trafficking in Persons (MAR 2015). 52.223-3 - Hazardous Material Identification And Material Safety Data (JAN 1997) 52.223-5 - Pollution Prevention and Right-To-Know Information (MAY 2011) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (AUG 2011). 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008). 52.232-33 -- Payment by Electronic Funds Transfer - System For Award Management (JUL 2013). 52.232-39 - Unenforceability Of Unauthorized Obligatiojns (JUN 2013) 52.232-40 - Providing Accelerated Payments To Small Business Subcontractors (DEC 2013) 52.233-3 - Protest After Award (AUG 1996). 52.233-4 - Applicable Law for Breach of Contract Clalim (OCT 2004). 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (SEP 2011). 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (SEP 2013). 252.204-7003 - Control of Government Personnel Work Product (APR 1992). 252.225-7048 - Export Controlled Items (JUN 2013) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (JUN 2012). 252.232-7010 - Levies on Contract Payments (DEC 2006). 52.219-28 - Post-Award Small Business Program Representation (APR 2012). 52.252-2 - Clauses Incorporated by Reference (FEB 1998). 52.252-6 -- Authorized Deviations in Provisions (APR 1984). " DoD FAR Supplement (48 CFR Chapter 2)." 252.204-7008 - Export-Controlled Items (APR 2010). 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Exxecutive Orders Applicable to Defense Acqusitions of Commercial Items (DEC 2010) (DEVIATION). 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010). INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W81K0015T0198/listing.html)
 
Record
SN03761052-W 20150613/150611234859-ca659e2af1e6dab28623c2c4390505e7 (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.