Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9, 2001 PSA #2911
SOLICITATIONS

Q -- TEST KITS FOR CHLAMYDIA AND NEISSERIA TO INCLUDE INSTRUMENTATION

Notice Date
August 7, 2001
Contracting Office
Western Regional Contracting Office, 9902 Lincoln Street, Madigan Army Medical Ctr Annex, Tacoma WA 98431-5000
ZIP Code
98431-5000
Solicitation Number
DADA13-01-T-0080
Response Due
August 17, 2001
Point of Contact
Robbin Goldsby 253-968-4913
E-Mail Address
Click here to contact the contract specialist via (robbin.goldsby@nw.amedd.army.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format prescribed in sub-part 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the solicitation for the required services. Proposals are hereby requested under DADA13-01-T-0080. A subsequent solicitation document will not be issued. The provisions and clauses incorporated into this solicitation document are those in effect through FAC 97-27. Madigan Army Medical Center, Tacoma, WA, requires test kits and instrumentation for Chlamydia Testing and Neisseria Testing that uses DNA Probe Technology. Award of a firm fixed price requirements contract is anticipated. The NAICS is 325413 with a size standard of 500 employees. Resultant contract will contain a base year plus four one year options as follows: Base year -- 1 Sep 01 through 31 Aug 02, Option 1 1 Sep 02 through 31 Aug 03, Option 2 1 Sep 03 through 31 Aug 04, Option 3 1 Sep 04 through 31 Aug 05 and Option 4 1 Sep 05 through 31 Aug 06. Offerors are to price each of the following requirements for the base and each option year. CLINS beginning with 0001 apply to the base year. CLINS beginning with 0002 apply to the first option. CLINS beginning with 0003 apply to the second option. CLINS beginning with 0004 apply to the third option. CLINS beginning with 0005 apply to the fourth option. Requirements: CLINS 0001AA, 0002AA, 0003AA, 0004AA and 0005AA-3905B PACE 2C Bulk for Chlamydia Trachomatis and Neisseria Gonorrhoeae, 1000 tests. per package, estimated requirement is 18 packages per year. CLINS 0001AB, 0002AB, 0003AB, 0004AB and 0005AB PACE 2C for Chlamydia Trachomatis and Neisseria Gonorrhoeae, 100 tests per package, estimated requirement is 120 packages per year. CLINS 0001AC, 0002AC, 0003AC, 0004AC and 0005AC 1792 PACE 2 System for Chlamydia Trachomatis, 100 tests per package, estimated requirement is 84 packages per year. CLINS 0001AD, 0002AD, 0003AD, 0004AD and 0005AD 1793 PACE 2 System for Neisseria Gonorrhoeae, 100 tests per package, estimated requirement is 24 packages per year. CLINS 0001AE, 0002AE, 0003AE, 0004AE and 0005AE 3548 PACE 2 Chlamydia Trachomatis Probe Competition Assay, 20 tests per package, estimated requirement is 60 packages per year. CLINS 0001AF, 0002AF, 0003AF, 0004AF and 0005AF 3549 PACE 2 Neisseria Gonorrhoeae Probe Competition Assay, 20 tests per package, estimated requirement is 60 packages per year. CLINS 0001AG, 0002AG, 0003AG, 0004AG and 0005AG, 1791 Detection Reagent Kit, 1200 tests per package, estimated requirement is 34 packages per year. Requirement also includes the use of one Leader 450i Luminometer; 2113 Eppendorf Pipettor, 1 each; 1638T Magnetic Separation Rack, 1 each and 3078 Bottle Dispenser, 1 each, at no additional charge. Salient Characteristics and Statement of Work are available via fax or e-mail by contacting the Contract Specialist at 253-968-4913. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 "Instructions to Offerors-Commercial Items"; FAR 52.212-3 "Offeror Representations and Certifications-Commercial Items"; FAR 52.212-4 "Contract Terms and Conditions-Commercial Items"; FAR 52.211-6 "Brand Name or Equal"; FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items". Within this clause the following clauses apply: 52.222-3 "Convict Labor"; 52.233-3 "Protest after Award"; 52.203-6 "Restrictions on Subcontractor Sales to the Government Alt I"; 52.219-4 "Notice of Price Evaluation Preference for HUBZone Small Business Concerns"; "52.219-8 "Utilization of Small Business Concerns"; 52.222-21 "Prohibition of Segregated Facilities"; 52.222-35 "Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era"; 52.222-36, Affirmative Action for Workers with Disabilities"; 52.222-37 "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era"; 52.225-15 "Sanctioned European Union Country End Products"; 52.232-33 "Payment by Electronic Funds Transfer Central Contractor Registration" and 52.232-36 "Payment by Third Party". FAR 52.216-18 "Ordering" ((a) 1 September 2001 through 31 August 2002 for the base period with corresponding dates for the option years); 52.216-19 "Order Limitations" ((a) N/A, (b)(1) $10,000.00, (b)(2) $50,000.00, (b)(3) 1 week, (d) 5 days) and FAR 52.216-21 "Requirements" ((f) 1 October 2002 for the base year and corresponding dates for each option year if exercised.); 52.217-9 "Option to Extend the Term of the Contract" ((a) 30 days (c) 5 years); The following Defense Far Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.212-7000 "Offeror Representations and Certifications-Commercial Items," and DFARS 252.212.7001 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial items.". Within this clause the following clauses apply: 252.205-7000, 252.225-7001, 252,225-7012, 252.243-7002, 252.247-7023, 252.247-7024. Potential contractors shall provide a quotation on company letterhead for each item shown above, to include pricing for option years. Pricing should be FOB destination. Also include your firm's prompt payment terms and completed copies of the applicable paragraphs of FAR 52.212-3 and DFARS 252.212-7000. Copies of any of the referenced FAR and DFAR clauses and provisions may be found at http://farsite.hill.af.mil/. The Government may elect to pay for supplies under any resulting contract using a Government Purchase Card. Indicate whether or not your firm accepts credit cards as a method of payment and what effect, if any, this would have on the unit prices. Basis of award will be based on technical capability, past performance and price. To this end, submit documentation that reflects your firm's ability to meet the salient characteristics shown in the statement of work and three references, to include points of contact and phone numbers, with whom past performance can be established. Responses to this solicitation are due no later than 17 August 2001 by 4:00 pm Pacific Time and may be faxed to 253-968-4923, e-mailed to robbin.goldsby@nw.amedd.army.mil or delivered to the Western Regional Contracting Office at the address shown above. All responsible sources may submit a quotation for evaluation.
Record
Loren Data Corp. 20010809/QSOL008.HTM (W-219 SN50U2W5)

Q - Medical Services Index  |  Issue Index |
Created on August 7, 2001 by Loren Data Corp. -- info@ld.com