Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2002 FBO #0241
SOLICITATION NOTICE

65 -- Roche Hitachi Modular Clinic Analyzer Consumables

Notice Date
7/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-02-R-0011
 
Response Due
8/7/2002
 
Archive Date
8/22/2002
 
Point of Contact
Michele Cameron, Contract Specialist, Phone 301-619-6021, Fax 301-619-2925, - Ralph Payne, Contracting Officer, Phone 301-619-3026, Fax 301-619-2925,
 
E-Mail Address
mecameron@us.med.navy.mil, repayne@us.med.navy.mil
 
Description
The Naval Medical Logistics Command has a requirement for consumable supplies for the routine maintenance and operation of the Roche-Hitachi modular (D and P modules) analyzers. The Navy intends to negotiate with Roche Diagnostics Corporation as the only one responsible source. This notice is not a request for competitive proposals. SIC 5047/NAIC 421450. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Request for Proposal under Solicitation N62645-02-R-0011; A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Navy contemplates award of a Requirements contract for a base year and four option years. A proposal from Roche Diagnostics Corporation, is being requested. Roche shall satisfy this requirement by providing the following Item Nos (the quantities given are annual estimates). 0001, Basic Wash/NaOH D 12 x 70 mL (1555430) 250 each; 0002, Hitergent 12 x 70 mL (1555448) 175 each; 0003,Hitergent 1 L (409149) 60 each; 0004, Cell Wash Soln I /NaOH D 6 x 2L (1551540)250 each; 0005, Cell Wash Soln II / Acid 1 x 2L (2131625) 30 each; 0006, Lamp Halogen Assay (409079)120 each; 0007, Preventive Maintenance kit 72 kits; 0008, Sample Probes 70 each; 0009, Stirrer Paddles 80 each; 0010, Reaction Cuvettes (917112)120 each; 0011, Reaction Cuvettes (767-2021) 120 each; 0012, Chimneys 48 R1, 48 R2 (1930630) 160 each; 0013, 720 mL bottles 870 each; 0014, 290 mL bottles 870 each; 0015, 130 mL bottles 870 each. 0016, Basic Wash 12.70 mL (1555438) 360 each; 0017, Wash Solution (836273) 6 each; 0018, System Cleaning Solution 1.05 NaOH (113079) 12 each; 0019, Sample cups (409041) 72 each; 0020, 330 mL Bottle (3261581) 288 each; 0021, 70 mL Bottle (1929968) 216 each; 0022, 70 & 130 mL Open Channel Label (2147254) 216 each. Roche shall meet the following statement of work: (1) The requirement is to minimize down-time and to maximize cost efficiencies with the operation of the Hitachi instruments within the six military drug testing laboratories. The materials provided shall be for the routine maintenance and operation of the analyzers. The materials provided shall be compatible with and provide for the efficient operation of the analyzers. Materials covered under maintenance contract are not included in this requirement, unless excluded under conditions of the maintenance contract. (2) The contractor shall maintain sufficient on-hand availability of the materials required to support the analyzer instruments. The contractor shall preclude backorders of necessary material required to operate the analyzers based upon established usage rates. (3) The materials provided shall be in accordance with the material requirements and specifications established by Roche Diagnostics Corporation for use on the analyzers. (4) The materials provided shall be new, not refurbished or reissued materials, unless so specified and approved by the Government. (5) The materials provided shall be free of defect in manufacture and workmanship. The contractor shall provide, at no charge to the Government, replacements for such materials returned by the laboratories due to defects in manufacture, workmanship, or shipment from the contractor?s origination site. (6) The contractor shall provide timely notification, by facsimile or registered mail, to the laboratories and contracting officer, of any recall notification of materials found to be defective. (7) The contractor shall be responsible for all repairs associated with damage to any Hitachi analyzer instrument due to defective materials used in the routine maintenance and operation of the instruments. This solicitation incorporates provisions and clauses effective through Federal Acquisition Circular Number 2001-07. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition with the exception of (d), (e), (f), (h), and (i) of the clause, which are RESERVED. Proposal evaluations will be based on past performance, technical and price. Technical acceptability will be evaluated on the submitted documentation addressing compliance for each SOW paragraph stated above. To support proposed pricing, the offeror shall include copies of published commercial price list, or other documentation setting forth the prices charged to the general public. The Government will award a contract based on; 1) Past Performance which will be evaluated in accordance with FAR Part 13.106-2(b)(2)(ii), and may be based on information such as the contracting officer's knowledge of and previous experience with the supply or service being acquired, customer surveys, or other reasonable basis. 2) Determination of technical acceptability of items offered, and 3) Determination that the proposed price is fair and reasonable. Roche shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Additionally, Roche shall include a completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements Act-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to this clause includes FAR 52.216-18, Ordering; 52.216-21, Requirements; and 52.217-9, Option to Extend the Term of the Contract. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following additional FAR clauses apply: 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; 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns; 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. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. In compliance with said clause, the following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.233-7000, Certification of Claims and Requests for Adjustment or Relief; 252.247-7024, Notification of Transportation of Supplies by Sea. CLINs shall be ordered by issuance of delivery orders. Such orders may be issued from date of contract award through July 31, 2007. All delivery orders are subject to the terms and conditions of the contract. In the event of conflict between a delivery order and the contract, the contract shall control. There is no limit on the number of delivery orders that may be issued. The Government may issue delivery orders requiring delivery to multiple locations. All items will be delivered FOB destination. All delivery orders shall contain the following information: Date of order; Contract number and order number; Item number(s) and description, quantity, and unit price; Delivery date(s); Place of delivery (including consignee); Packaging, and shipping instructions (if any); Accounting and appropriation data; Payment office and address. In addition to NMLC, the following requiring activities and their ordering activities are hereby named to place delivery orders. Navy Drug Screening Laboratories located at Great Lakes, IL; Jacksonville, FL; San Diego, CA; Air Force Drug Testing Laboratory, Brooks AFB, TX; Army Drug Testing Laboratories located at Fort Meade, MD; Tripler AMC, HI. Roche's proposal is due at NMLC by 3:00 PM (local time) on or before August 7, 2002. Direct questions to Michele Cameron, 301/619-6021 or email mecameron@us.med.navy.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/BUMED/N62645/N62645-02-R-0011/listing.html)
 
Record
SN00127955-F 20020731/020729221210 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.