|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 14,1998 PSA#2073MEDCOM CONTRACTING CENTER, ATTN MCAA-C BUILDING 4197, 2107 17TH STREET,
FORT SAM HOUSTON TX 78234-5015 65 -- MICROCHIP IMPLANT IDENTIFICATION SYSTEM FOR PETS. SOL
DADA10-98-R-0020 DUE 051198 POC Contract Specialist MAJ Jonathan E.
Branch Tel: (210) 221-5400 Fax: (210) 221-5402 Contracting Officer Ms.
Shirley Tolbert Tel: (210) 221-3716 Fax: (210) 221-5402 (Site Code
DADA10) The U.S. Army MEDCOM Contracting Center intends to negotiate an
Indefinite Delivery-Indefinite Quantity contract for a base and up to
4 option years for a Microchip Implant Identification Program for pets
for the U.S. Army Veternary Command (VETCOM) (to include but not
limited to approximately 100 installations/clinics, CONUS/OCONUS wide
and any future installations/clinics that fall under VETCOM). Minimum
requirement is estimated at $1000.00 for the base year. Option year
requirements are also estimated at $1000.00 minimum. All orders will be
placed by individual sites with payment by either delivery order or
credit card dependent on individual sites preference. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR subpart 12.6, As supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation notice; proposals are being requested
and a written solicitation will not be issued. Proposals are requested
and shall provide the following: a microchip identification program
for pets (i.e. dogs/cats) meeting or exceeding the following minimum
requirements/specifications: (1) implantable microchip; (2) A microchip
reader/scanner with the ability to read, display, and process the
microchip codes(complete microchip information) from AVID,
Schering-Plough Corporation, INFOPET, Trovan, and any other current
U.S. microchip providers; (3) A nationally accessable (by 800, 24 hour
number) database; and (4) Initial in-house training program. The
government is also interested in the following features: (1) Contractor
owned and maintained database; (2) Inclusion in data base information
as to whether owner is active duty or retired military; (3) Capability
of VETCOM to request data sort of how many military owners by active
duty or retired status; (4) Maintenance and replacement schedules and
timeframes on scanners (5) Company representatives available to
military installation to handle any/all product concerns and in-service
training in a timely manner; (6) Follow-on training focusing on annual
updates in technology, maintenance and servicing; and (7) Additional
training as needed for change in personnel. Offerors shall provide the
following information: product pricing (FOB Destination, orders will
be placed by individual sites) to include quantity or price discounts;
minimum order requirements per shipment/per annum;commercial warranty;
individual equipment specifications on all scanners, readers,
microchips, database and any other quoted products; delivery time; and
five (5) references that have used your product within the last 3
years. Proposals will be mailed to the above address. Faxes will not be
accepted. Partial bids will not be accepted. No substitutions will be
allowed. The provision at FAR 52.212-1, Instructions to Offerors,
applies to this acquisition. The offeror agrees to hold the prices in
its offer firm for 60 days. Offerors not agreeing 60 days for
government acceptance after the date the offers are due will not be
considered and will be rejected. The provision at FAR 52.212-2
Evaluation-Commercial Items applies to this acquision. Evaluation is
based on technical features of product( i.e. migratory vs.
non-migratory microchip, universal scanners vs. limited scanners)and
program; price; and past performance. Non-price factors (taken as a
whole) are more important then price or cost. Offerors shall include a
completed copy of the provision at FAR 52.212-3, Offeror
Representation and Certification-Commercial Items with its offer. The
clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items
applies to this acquisition. In addition to the guidance contained in
FAR 52.212-4, the clause at FAR 52.212-5, Contract Terms and
Conditions required to implement statutes or executive
orders-commercial items applies to this acquisition. FAR 52.252-1
Solicitation Provisions Incorporated by Reference applies to this
solicitation. This solicitation incorporates one or more solicitation
provisions 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. The offeror is cautioned that the listed
provisions may include blocks that must be completed by the offeror and
submitted with its quotation or offer. In lieu of submitting the full
text of those provisions, the offeror may identify those provisions by
paragraph identifier and provide the appropriate information with its'
quotation or offer. Also, the full text of a solicitation provision may
be accessed electronically at this/these address(es):
http://www.arnet.gov/far http://farsite.hill.af.mil (0100) Loren Data Corp. http://www.ld.com (SYN# 0306 19980414\65-0004.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|