Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 9, 2001 PSA #2804
SOLICITATIONS

65 -- VARICELLA ZOSTER REAGENTS ON A CPT BASIS IN SUPPORT OF = NAVHOSP=20 GREAT LAKES, IL

Notice Date
March 7, 2001
Contracting Office
FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. = 2B,=20 Philadelphia, PA=20 19111-5083
ZIP Code
19111-5083
Solicitation Number
N00140-01-Q-1065
Response Due
March 19, 2001
Point of Contact
Point of Contact, J. Tierney, Contract Specialist , (215) = 697-9693, K.=20 Sweetra, Contracting=20 Officer, (215) 697-9693.
E-Mail Address
Click here to contact the Bid Officer (synopsis@phil.fisc.navy.mil)
Description
This is a COMBINED SYNOPSIS/REQUEST FOR QUOTE for commercial = items=20 prepared in=20 accordance with the format in FAR Subpart 12.6, as supplemented with = additional=20 information included in=20 this notice. This announcement constitutes the only RFQ; a written RFQ = will=20 not be issued. PAPER=20 COPIES OF THIS RFQ WILL NOT BE AVAILABLE. The RFQ number is = N00140-01-Q-1065. =20 The=20 RFQ document and incorporated provisions and clauses are those in = effect=20 through FAC 22. It is the=20 contractor's responsibility to be familiar with the applicable clauses = and=20 provisions. The clauses may be=20 accessed in full text at these addresses: www.arnet.gov/far and =20 www.dtic.mil/dfars . The NAIC Code is=20 532490, and the Small Business standard is $5 M. This procurement will = be=20 solicited on a sole source basis=20 under the authority of section 4202 of the Clinger Cohen Act of 1996, = using FAR=20 Subpart 13.5 test=20 program procedures with Sigm! a Diagnostic of St. Louis, MO. CBD note = number 22=20 applies to this=20 acquisition effort. All responses to this CBD announcement must be = received=20 on or before 19 March 01 FISC Norfolk Detachment Philadelphia intends to acquire on a sole = source basis=20 with Sigma Diagnostic for =20 Varicella Zoster test kits on a Cost Per Test basis in support of Naval = Hospital Great Lakes, IL's special=20 chemistry lab and branch medical clinic. =20 Award of a firm fixed price purchase order is anticipated. Resultant = order=20 will be for a six month base=20 period of performance with 3 one-year option provisions. The period of = performance for the base period=20 and each option are as follows:=20 BASE: 01 April 01 through 30 Sep 01;=20 OPTION I: 01 Oct 01 through 30 Sep 02;=20 OPTION II: 01 Oct 02 through 30 Sep 03; =20 OPTION III: 01 Oct 03 through 30 Sep 04. =20 The Schedule of Services is as follows: Offerors shall provide a unit = price and=20 extended price fo! r each=20 CLIN. Lot I -- Base Period includes: 468 varicella zoster (VZ) test = kits (96=20 tests per kit) to be delivered=20 periodically. Delivery of (VZ) tests kits for the base period will be = at a rate=20 of 78 kits per month through 30=20 September 01 for a total of 468 test kits. Subject test kits will be = provided=20 under a CPT basis. The CPT=20 will include (3) Sigma Aptus fully automated testing systems to perform = the=20 varicella zoster screening at=20 the Branch Medical Clinic and Special Chemistry Lab located at the = Naval=20 Hospital Great Lakes, Great=20 Lakes, IL. The Aptus system must be fully bi-directional and have = interface=20 capability. The system must=20 be able to operate at room temperature, and have an incubation time of=20 20,20,10. The system must dilute,=20 process and read the sample in one unit. The system must perform a = minimum of=20 41 different assays FDA. =20 The system must operate on a 110 volt power unit and have a backup = p! ower source (UPS). Also included=20 in this CPT is everything necessary to perform the varicella zoster = screenings=20 and is considered to include=20 all calibrators, plates, controls, tubing, diluent/solutions, along = with other=20 sundry supplies needed to=20 perform the varicella zoster screenings. The CPT system will also = include=20 delivery and installation of the=20 Aptus testing system and all parts and on site labor necessary to keep = the (3)=20 Aptus testing systems=20 operating at 95 percent efficiency and will include all service calls = and=20 preventive maintenance.=20 The contractor shall respond to the initial trouble call by telephone = no later=20 than the close of business (5:00=20 PM) on the same day that the call was placed. Unless otherwise = specified,=20 on-site response time shall be=20 within 24 hours after initial trouble call was answered.=20 Replacement parts shall be furnished in exchange for the parts being = replaced. =20 Component par! ts,=20 assemblies or subassemblies shall be replaced with new or refurbished = items at=20 the contractor's option. =20 Refurbished items shall carry the same warranty, if any, applicable to = similar=20 new components.=20 Lot I Base Period Varicella Zoster test kits (96 per kit) CLIN 0001, = QTY:=20 468 UNIT:KT and=20 Lot II -- First Option Period includes CLIN 0002, QTY: 699 UNIT: KT=20 Lot III -- Second Option Period includes CLIN 0003 that is identical to = 0002.=20 Lot IV -- Third Option Period includes CLIN 0004 that is identical to = 0002. Delivery of the (VZ) test kits under lots II through IV will be 39 kits = per mth=20 in Oct, Nov, Mar, 38 kits per=20 mth in Dec, Jan, Feb and 78 kits per mth Apr through Sept. =20 The Contractor's Service Person Shall: Check-in with the Biomedical = Repair=20 Division before the=20 performance of any preventitive maintenance or service call at: = LOCATION:=20 Biomedical Repair Division =20 Naval Hospital, Bldg. 200-H, Baseme! nt Great Lakes, IL 60088, Phone =20 (847)688-2300; Check out with the=20 Biomedical Repair Division upon completion of service; Furnish the = Biomedical=20 Repair Division with a=20 copy of a service report which includes the following information: = Identifying=20 Data ) especially the=20 Hospital BARCORD NUMBERS, Description of malfunction upon arrival, All = services=20 performed, All=20 parts replaced/ordered, Follow-up information (i.e. parts on order, = expected=20 completion date, status of=20 operation etc.); Report, in writing, all discrepancies noted which are = suspect=20 of operator error, abuse or=20 neglect.=20 Maintenance is to be rendered at the machine's location. Two units = will be=20 installed by the KTR at the=20 Branch Medical Clinic and one unit at the Special Chemistry Lab located = at the=20 Naval Hospital. .=20 All service and preventative maintenance shall be performed during = normal=20 working hours of 8:00 AM -=20 5:00 PM CST Monday through F! riday, exclusive of Federal Holidays. The=20 equipment shall receive two=20 preventative maintenance inspections during each period of performance. = A=20 preventative maintenance=20 inspection shall occur one time during the base period. Each = preventative=20 maintenance inspection shall=20 include the following as a minimum:=20 a)visual inspection of each unit;=20 b) check operation of all controls, lights and indicators and calibrate = as=20 necessary;=20 c) lubricate as necessary. =20 Corrective maintenance shall include the following as a minimum:=20 a) written determination of the cause of the problem;=20 b) repair or replace and calibrate equipment as authorized by the Naval = Hospital Great Lakes; and =20 c) return each piece of equipment to fully operational status.=20 The Government has the unilateral right to exercise the option periods = listed=20 above provided that the=20 Government notifies the contractor of the Government's intent to = exercise the=20 op! tion within 30 days prior=20 to the expiration of the current period of performance. Responsibility = and=20 Inspection: unless otherwise=20 specified in the order, the supplier is responsible for the performance = of all=20 inspection requirements and=20 quality control. The following FAR provisions and clauses, incorporated = by=20 reference, are applicable to this=20 procurement: 52.212-1, Instructions to Offerors -- Commercial Items;=20 52.212-3 ALT I, Offeror Representations and Certifications -- Commercial = Items;=20 52.212-4, Contract Terms and Conditions -- Commercial Items;=20 52.212-5, Contract Terms and Conditions Required to Implement Statutes = or=20 Executive Orders -=20 Commercial Items: Paragraph (a) and the following numbered = subparagraphs under=20 paragraph (b) of this=20 clause apply: (1), (3), (5), (7), (11), (12), (13), (14), (15) (22) and = (24);=20 the following numbered=20 subparagraphs under paragraph (c) apply: none; and paragraphs (d) and = (e). =20! Offerors are reminded to include a completed copy of 52.212-3 ALT I = with=20 proposals. All clauses shall be=20 incorporated by reference in the order. =20 Additional contract terms and conditions applicable to this procurement = are: =20 252.212-7000, Offe ror Representations and Certifications -- Commercial = Items and=20 252.212-7001, Contract Terms and Conditions Required to Implement = Statutes or=20 Executive Orders=20 Applicable to Defense Acquisitions of Commercial Items including = paragraph (a)=20 and the following clauses=20 referenced under paragraph (b) of this clause apply: DFAR 252.225-7012=20 Preference for Certain Domestic=20 Commodities and DFAR 252.243-7002 Certification of Requests for = Equitable=20 Adjustment; and paragraph=20 (c). =20 DFAR 252.204-7001 Commercial and Government Entity (CAGE) Code,=20 DFAR 252.204-7004 Required Central Contractor Registration. =20 As a minimum, offerors shall provide to this office a signed proposal = on=20 letterhead or an SF1449. All=20 proposals should include a point of contact, name and phone number; = business=20 CAGE code and=20 DUNS number, business size, payment terms, remittance address, = completed copies=20 of FAR 52.212-3,=20 DFARS 252.212-7000. =20 Price: t! he offeror shall submit a unit price and extended price for = the=20 requested CLINs for the base period=20 and all subsequent option periods. =20 The Government intends to make award under this requirement to the = responsible=20 quoter whose quote =20 conforms to the RFQ will be most advantageous to the Government. The=20 Government will evaluate quotes =20 for award purposes by adding the total price for all options to the = total price=20 for the basic requirement. For=20 solicitations issued after 31 March 1998, DOD will no longer award = purchase=20 orders/ contracts to=20 contractors not registered in the Central Contractor Registration (CCR) = database. Registration may be done=20 by accessing the CCR Web site at http://www.ccr2000.com. A paper = registration=20 form may be obtained=20 from the DOD Electronic Commerce Information Center at 1 (800) = 334-3414. This=20 announcement will=20 close at 4:00 PM on 19 Mar 01. Proposals should be received at FISC = Norf! olk=20 Detachment Philadelphia,=20 700 Robbins Avenue, Bldg. 2B, Philadelphia, PA 19111-5083 and addressed = to:=20 CODE 02P52I,=20 referencing RFQ N00140-01-Q-1065. Facsimile proposals will be accepted = at=20 (215) 697-9738. For=20 questions regarding this announcement, contact J. Tierney who can be = reached at=20 215-697-9693 or email=20 joseph_a_tierney@phil.fisc.navy.mil. This document may also be viewed = at the=20 following website: =20 www.neco.navy.mil.
Record
Loren Data Corp. 20010309/65SOL002.HTM (D-066 SN50F526)

65 - Medical, Dental and Veterinary Equipment and Supplies Index  |  Issue Index |
Created on March 7, 2001 by Loren Data Corp. -- info@ld.com