|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1999 PSA#2404Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 65 -- SUPPLIES FOR A COULTER T-890 SOL N00244-99-T-A999 DUE 081999 POC
Joan Balazs FAZ 619-532-2347 e-mail joan_balazs@sd.fisc.navy.mil Phone
619-532-2892 WEB: Click here to obtain more information regarding
FISC, http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the
Contracting Officer via, joan_balazs@sd.fisc.navy.mil. This is a
combined synopsis-/-solicitation for a commercial item prepared in
accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation; proposals are being
requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED.
The solicitation number for this Request for Quotation is
N00244-99-T-A999. This solicitation and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-12.
This solicitation is issued on a restricted basis, under Standard
Industrial Code 5122 with a small business standard of 100 employees.
FISC San Diego has a requirement for the following items for a base
period of nine (9) months (January 1, 2000 through September 30, 2000
and three (3) option years for the following items. CLIN 0001, Streck
Material for a Coulter T-890 Autoanalyzer (eight (8)boxes per QTR) Part
Number H42130A (18 X 2.5ML) or equal, QTY 24 Boxes. CLIN 0002, Part
Number H41994A Streck T-Pack, 10 Liter for a Coulter T-890 Autoanalyzer
or equal (forty (40) boxes per QTR) or equal, QTY 120 boxes. CLIN 0003,
Part Number H41268A, 5X3ML Streck Calchex for a Coulter T-890
Autoanalyzer or equal (four (4) boxes per QTR) QTY 12 boxes. CLIN 0004,
Part Number FS22177659 Streck Patient Form Tickets for a Coulter T-890
Autoanalyzer or equal, (five (5) boxes per QTR. QTY 15 Boxes. On
option years quantities would be increased by one QTR. Note: All
Reagents must have at least six (6) months remaining on shelf life
prior to shipment of material. Reagents to be mailed out from
contractor on first day of each quarter (1 Jan 2000, 1 April 2000, 1
July 2000. The Government Purchase Card will be used as a payment if
this procedure is acceptable to the contractor. Required delivery is to
Camp Pendleton, California. Acceptance shall be at destination. The
following provision apply FAR 52.212-1, Instructions to Offerors
Commercial Items, Offers shall provide an express warranty which at a
minimum shall be the same warranty terms, including offers of extended
warranties, offered to the general public. Express warranties shall be
included in the contract. Offerors are required complete and include a
copy of the following provisions with their proposals: FAR 52.212-3,
Offeror Representation and certifications Commercial Items. Clause FAR
52.212-4 Contract Terms and Conditions Commercial Items, applies as
well as the following addendum clauses; FAR 52.211-5, New Material, The
clause at 52.212-5 Contract Terms and Conditions Required To Implement
Statues or Executive Orders Commercial Item applies with the following
applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity;
FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era
Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers,
FAR 52.222-37 Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era, FAR 52.217-5 Evaluation of Options. FAR
52.217-7 Option for Increased Quantity -- Separately Priced Line Item.
FAR 52.217-9 Option to Extend the Term of the Contract DFAR
252.204-7004 Required Central Contractor Registration, applies to all
solicitations issued on or after 6/1/98. Lack of registration in the
CCR database will make an offeror/quoter ineligible for award. Please
ensure compliance with this regulation when submitting your quote. Call
1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more
information. DFAR 252.212-7001 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders Applicable to Defense
Acquisition of Commercial Items, applies with the following clauses
applicable for paragraph (b), DFAR 252.225-7000 Buy American Act --
Balance of Payments Program Certificate, DFAR 252.225-7001 Buy American
Act and Balance of Payment Program, and DFAR 252.225-7012 Preference
for Certain Domestic Commodities. The Government intends to make a
single award to the responsible Offeror whose offer is the most
advantageous to the Government considering price and price related
factors. Provision 52.212-2 Evaluation Commercial Items applies with
paragraph (a) completed as follows: Award will be made to the Offeror
that meets the solicitation's minimum criteria for technical
acceptability at the lowest price. To be determined technically
acceptable the Offeror must furnish product literature that
demonstrates the products offered meet all requirements stated in the
above purchase descriptions for Line Items 0001-0004. All responsible
Offerors are to submit current pricing, delivery time, payment terms,
cage code, Dunn and Bradstreet number, Tax Identification Number and
all applicable specifications regarding this solicitation. Also
required are copies of applicable commercially published price lists
pertaining to your company's products that meet the specifications.
Quotes must be received no later that 3:00 p.m. PST, 19 August 1999 and
will be accepted via FAX (619-532-2347) Attn: Joan Balazs Clause
information can be downloaded from theinternet from the following
addresses; http://www.arnet.gov/far/ or
http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 08/04/99
(W-SN363449). (0216) Loren Data Corp. http://www.ld.com (SYN# 0384 19990806\65-0006.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|