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 -- Urinalysis Collection Kits, Specimen Containers (Urine Vials) and Shipping Containers for use on the Capital Vial CV-1000 Automated Aliquot System

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-0015
 
Response Due
7/31/2002
 
Archive Date
8/15/2002
 
Point of Contact
Ralph Payne, Contracting Officer, Phone 301-619-3026, Fax 301-619-2925,
 
E-Mail Address
repayne@us.med.navy.mil
 
Description
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 solicitation and a written solicitation will not be issued. The Request for Proposal number is N62645-02-R-0015. Provisions and clauses in effect through Federal Acquisition Circular 2001-07 are incorporated. NAICS 326199/SIC 3089. Naval Medical Logistics Command intends to negotiate with Capital Vial Incorporated, Fultonville, NY as the only source that can provide Urinalysis Collection Kits, Specimen Containers (Urine Vials) and Shipping Containers for use on the Capital Vial CV-1000 Automated Aliquot System for use in the DoD Military Drug Testing Laboratories. The resulting contract will be a Requirements type contract. SOW. 1. REQUIREMENTS FOR URINALYSIS COLLECTION KIT, SPECIMEN CONTAINER (URINE VIALS), AND SHIPPING CONTAINERS. 1.1. The contractor shall provide Capital Vial urinalysis collection kits, which includes the urine vial or specimen container (SC), or Specimen Containers only, for use on the Capital Vial (CV)-1000 automated pipetting instrument (API), and 6 or 12 well cardboard shipping containers for use in the military drug urinalysis collection program. The shipping containers containing 6 or 12 SCs will be received in the accessioning areas in the military drug testing laboratories. The CV collection kit consists of a tamper evident sealed aluminum foil collection cup inside of which is a urine container for specimen shipment. The aluminum seal provides a level of assurance and confidence on the integrity of the collection kit being free of external contamination or tampering with either the collection cup or urine container prior to actual use. In addition, the CV urine container contains a tamper evident ?pin? which provides another level of assurance that the urine container has not been opened prior to the Service member?s urine collection. The CV collection cup is suitable for male or female urine collection. 1.2. The Government estimates approximately 500,000 to 2 million collections/year during the first 2 years of the contract, and approximately 2 to 4 million collections/year during the last 3 years of the contract to support the DoD military drug-testing program. These estimates consist of the CV collection kit and/or CV Specimen Containers (vials only). The tamper evident specimen containers (SC) must be compatible with the CV-1000 API provided by the contractor. Likewise, the test tube rack holder that receives the sample aliquot must be compatible for use on the Roche-Hitachi modular (D and P modules) analyzer. The contractor must provide 6 and 12 well compartment collapsible cardboard shipping containers that are compatible with the dimensions of the SC. The cardboard shipping container must meet U.S. Postal and International Air Transport Association (IATA) standards for transport of biological fluids. Based on the above collection estimates, the Government estimates that approximately 20,000 to 80,000 (6 well) and/or 40,000 to 160,000 (12 well) shipping containers will be required during the first 2 years of the contract. During the last 3 years of the contract approximately 80,000 to 160,000 (6 well) and/or 160,000 to 330,000 (12 well) shipping containers. 1.3. The SC shall: (1) have the approximate total volume capacity not to exceed the current urine collection container of 85 ml used by the military drug testing program; (2) have a working volume capacity no less than 30 mls; (3) have external dimensions no greater than the current urine collection container used by the military drug testing program of 3.25 inches high and 1.875 inches wide (or diameter) with an opening of 1.25 inches; (4) have a cap closure which will not leak in refrigerator or freezer storage or during routine air courier transport; (5) be compatible for use on the contractor provided CV-1000 API; (6) have sufficient space on the body of the SC for a bar-coded label containing SSN information and specimen ID information, and sufficient space on the lid for a bar-coded laboratory accessioning number (LAN) label such that the LAN can be read by the API bar-code reader; (7) consist of a durable polymer that will withstand freezer temperatures down to ?20 C and transport temperatures as high as 120 F as may be encountered in hot weather delivery transit; (8) consist of a polymer that does not bind, or minimizes the adhesion of the tetrahydrocannabinol (THC) molecule to the polymer; (9) consist of a polymer clear enough to see the liquid volume; (10) consist of a polymer and plasticizer that does not leach into the urine to interfere with gas chromatography/mass spectrometry (GC/MS) or immunoassays (IA) analysis for drugs of abuse; (11) meet International Air Transport Association (IATA) standards for shipment of biological specimens; (12) withstand cracking or breaking if dropped onto a concrete tiled floor from a height of approximately five feet. 1.4. The contractor must meet ISO 9000 certification and quality standards for the manufacture and distribution of the SC. TECHNICAL AND PRICE FACTORS. Capital Vial must provide the following the following for technical compliance and acceptability: (1) Documentation stating compliance or non-compliance with all sections of the SOW. Any non-compliance must be supported as to why. (2) Any brochures, technical or product literature to support products offered. (3) For past performance, provide dates of contracts or purchase orders, both Government and commercial, for the CV-1000 systems sold commercially (minimum of 3 different locations) within the past 5 year period as follows: Name, address, POC and telephone number of the organization; contract or purchase order number and dollar value; date of contract and purchase order. Pricing. Capital Vial must submit unit pricing for the CV Collection Kits, CV Specimen Containers (Vials only), and 6 and 12 well cardboard shipping containers. To support the offered prices, Capital Vial needs to provide copies of published commercial price list, or other documentation setting forth prices changed to the general public. Any applicable discounts to the Government need to be stated. Contract award will be based on 1) determination of technical acceptability of products offered, and 2) determination that the proposed prices are fair and reasonable. Capital Vial must be registered in CCR; provide DUNS number; Cage Code and TIN. Additionally, the provisions at FAR 52.212-3 must be completed and submitted. The following FAR Clauses and Provisions are also applicable to this announcement: 52.212-1, Instructions to Offerors-Commercial Items apply with the exception of (d), (e), (f), (h) and (i), which are "Reserved"; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. With respect to FAR Clauses 52.212-5, the following also apply: 52-222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.225-16, 52.232.33, and 52.233-3. Capital Vial's offer is due at Naval Medical Logistics Command by 1:00 PM on or before July 31, 2002. Point of contact is Ralph Payne, 301-619-3026 or email repayne@nmlc.med.navy.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/BUMED/N62645/N62645-02-R-0015/listing.html)
 
Record
SN00127956-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.