|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1996 PSA#1640Department of Veterans Affairs Medical Center, 50 Irving Street, N.W.,
Washington, DC 20422 65 -- WHOLE BLOOD AND BLOOD COMPONENTS/SERVICES (HUMAN) SOL IFB
688-64-96 DUE 080296 POC Tyrone Lassiter, Contracting Officer, (202)
745-8467 Invitation for Bids No. 688-64-96 is a combined
synopsis/solicitation for commercial items for the Department of
Veterans Affairs Medical Centers (VAMC's) in Washington, DC,
Martinsburg, WV, Baltimore, MD and Fort Howard, MD, and is prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information in this notice. The Standard Industrial
Classification Code is 8099. This announcement constitutes the only
solicitation; bids are being requested and a written solicitation will
NOT be issued. It is anticipated that multiple awards will be made as
a result of this solicitation. Award will be made on the aggregate by
group. The low aggregate bidder will be determined by multiplying the
unit price submitted on each item by the estimated quantity specified
and adding the resultant extensions within the group. In order to
qualify for an award on a GROUP, prices must be submitted on each item
within the group. The following items in suitable containers are to be
delivered F.O.B. destination within consignee's premises. The period of
this contract is to last one year with three one (1) year options. The
listed products are to be delivered in such quantities and at such
times as may be required in accordance with all terms, conditions,
provisions, and the schedule to be provided upon award of the contract.
Item Descriptions - GROUP I: VAMC Washington, DC -(1) Packed Red Blood
Cells/Quantity: 4,000-UN; (2) Cryoprecipitate/Quantity: 300-UN; (3)
Fresh Frozen Plasma/ Quantity: 2800-UN; (4) Platelet
Concentrate/Quantity: 5,500-UN; (5) Platelet Pheresis/Quantity: 120-UN.
GROUP II: VAMC Martinsburg, WV - (1) Whole Blood/Quantity: 45-UN; (2)
Packed Red Blood Cells/Quantity: 500-UN; (3) Cryoprecipitate/Quantity:
2-UN; (4) Fresh Frozen Plasma/ Quantity: 200-UN; (5) Platelet
Concentrate/Quantity: 400-UN; (6) Special Tests/Services: Autologous
Donation/Quantity: 45-UN; (7)Test Service Crossmatch/Quantity: 15-EA;
(8) Test Service Antibody ID/Quantity: 25-EA. GROUP III:
Baltimore/Ft.Howard, MD - (1) Packed Red Blood Cells/Quantity: 4,200
Units; (2) Cryoprecipitate/Quantity: 52-UN; (3) Fresh Frozen Plasma/
Quantity: 1,441-UN; (4) Platelet Concentrate/Quantity: 509-UN;(5)
Platelet Pheresis/Quantity: 83-UN. GROUP IV: FOR
WASHINGTON/BALTIMORE/FORT HOWARD VAMCs ONLY/SPECIAL COMPONENT SERVICES:
Bidders ARE REQUESTED TO DOCUMENT AVAILABILITY OF AND TO PROVIDE THEIR
MOST CURRENT PRICE LIST FOR THE FOLLOWING: (1) Autologous/Directed
Donations -- no unit up-front or transportation charges are to be paid
by veterans before donation or prior to shipment of units to the VAMC.
All associated charges must be billed to the VAMC where the patient
will be admitted. Donors must have the right to use the ARC donor
sites. Turn around time from donation to shipment shall not exceed 5
working days (2) Platelets (random donor and pheresis) -- no units are
to be received that are more than two (2) days old; ability to provide
HLA-matched pheresis platelets; ability to provide crossmatched
pheresis platelets. (3) Pre-storage leukodepleted red cells and
platelets (4) CMV negative red cells and platelets. (5) IgA deficient
plasma. REFERENCE LABORATORY SERVICES: (1) Red Cells - (a) Antibody
Workups -- preliminary report within twelve hours after sample receipt
for routine workups; 24-hour service for STAT workups (b) Antigen
negative units provided (c) Rare donor units available within 48 hours
of request. (d) Freezing/ Deglycerolyzing service for autologous/rare
units. Units are to arrive within four hours of deglycerolyzing. (2)
Platelets - (a) Antibody screen-results within twelve hours of sample
receipt. (b) Provision of HLA typing of patients (AB, Dr, Dq, Cytotoxic
Assays if requested.) DELIVERY SERVICE REQUIREMENTS:(a) Standing
Orders: 3 deliveries during the week (Schedule to be established by
each individual VAMC at time of award). All deliveries are to be made
before 10 a.m. the next day after order is placed with the contractor.
No delivery charges for standing orders. (b) EMERGENCY (STAT) Orders:
1 1/2 hour turn around time, 24 hours per day, 7 days per week
(bidders should INDICATE Fees for these services). In the event that
blood component quantities cannot be filled by the contract supplier
within the time frame specified, the VA reserves the right to acquire
such products from another source. If VA pays another supplier an
amount greater than the contract price, the contractor shall credit the
price difference to the VA. CREDIT FOR RETURNED BLOOD AND BLOOD
COMPONENTS: (a) random donor platelets -- full credit is to be given
for return of a quantity not to exceed 25% of total number of units
ordered from the blood supplier regardless of number of days remaining
on units. (b) single donor platelets -- units not requiring special
reference testing, may be returned with full credit with three (3) days
remaining or for 1/2 credit if outdated. (c) RBCs -- may be returned
for full credit if they outdate or have less than 10 days before
expiration. The provision at 52.212-3, Offeror Representations and
Certifications -Commercial Items, shall be completed and included with
your bid. Bidders shall also provide PRIOR TO AWARD, copies
Licensure/certification/accreditation by CLIA, FDA, AABB and CCBC. The
right is reserved PRIOR TO AWARD to thoroughly inspect and investigate
the establishment and facilities and other qualifications of any
bidder, and to REJECT any bid regardless of price, if it should be
administratively determined as lacking in any of the essentials
necessary to assure acceptable standards of performance. Such
inspections and investigations shall include a determination as to the
bidder's conformance with Federal, state and local laws and with
regulations of all agencies/organizations with oversight of blood
banking. Such inspections may also be performed annually before
exercising the options under the contract. The following incorporated
provisions and clauses are those in effect through FAC 90-39 and are
applicable to this acquisition: 52.212-1, Instructions to Offerors
--Commercial Items; 52.212-5 Contract Terms and Conditions Required to
Implement Statutes or Executive Orders--Commercial Items: 52.222-3,
Convict Labor (E.O. 11755) and 52.233-3, Protest After Award. The
Contractor agrees to comply with the following FAR clauses which are
incorporated by reference to implement provisions of law or executive
orders current through FAC 90-39, applicable to acquisitions of
commercial items or components: 52.203-6, Restrictions on Subcontractor
Sales to the Government, with Alternate I; 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activity; 52.216-18, Ordering,
52.216-19, Delivery-Order Limitations, 52.216-21, Requirements,
52.217-5 Evaluation of Options (JUL 1990); 52.219-8, Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns;
52.219-9, Small, Small Disadvantaged and Women-Owned Small Business
Subcontracting Plan; 52.219-14, Limitation on Subcontracting;
52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for
Handicapped Workers; 52.222-37, Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam Era; 52.224-1 Privacy Act
Notification, 52.224-2, Privacy Act, 52.225-3, Buy American
Act--Supplies; 52.225-9, Buy American Act--Trade Agreements
Act--Balance of Payments Program; 52.225-17, Buy American Act--Supplies
Under European Community Sanctions for End Products; 52.225-18,
European Community Sanctions for End Products; 52.225-19, European
Community Sanctions for Services; 52.225-21, Buy American Act--North
American Free Trade Agreement Implementation Act--Balance of Payments
Program, 852.216-70, Estimated Quantities. All bid prices and
information regarding this procurement must be received no later than
close of business August 2, 1996 and shall be addressed to Tyrone
Lassiter, Contracting Officer (90C), Room 1B112, VA Medical Center, 50
Irving Street, N.W., Washington, DC 20422 or faxed at (202)745-8465.
(0199) Loren Data Corp. http://www.ld.com (SYN# 0460 19960718\65-0001.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|