Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2002 FBO #0276
SOLICITATION NOTICE

Q -- Combined Synopsis/RFP for Diagnostic Profiles

Notice Date
9/2/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024402T1225
 
Point of Contact
Ed Brown 619-532-2574 Ed Brown 619-532-2574
 
E-Mail Address
Email your questions to Contract Specialist
(glenn_e_brown@sd.fisc.navy.mil)
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. 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 visit the Internet at http://www.ccr.gov/ for more information. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-02-T-1225 applies; an electronic copy of the RFQ/Synopsis can be accessed at http://www.neco.navy.mil. This solici tation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01 and DFAR Change Notices effective through 12/06/01. The standard industrial code is 8071, NAICs #325412, 750 employees. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. The government has a requrirement for Urorisk Diagnostics Profiles 150 each per year. Period of performance is 01 Oct 2002 through 30 Sep 2003 (Base CLIN 0001) with four one year Options 01 Oct 2003 through 30 Sep 2004 (Option 1 CLIN 0002), 01 Oct 2004 through 30 Sep 2005 (Option 2 CLIN 0003), 01 Oct 2005 through 30 Sep 2006 (Option 3 CLIN 0004), 01 Oct 2006 through 30 Sep 2007 (Opt ion 4 CLIN 0005). Contract Specifications are as follows: STATEMENT OF WORK 1. Contractor shall provide UroRisk Diagnostics Profile consisting of : (Metabolic: calcium, Oxalate, Uric acid, Citrate, pH) (Environmental: total volume, Sodium, Phosphorus, Magnesium) (Physicochemical: Calcium oxalate, Brushite, Sodium citrate, Uric acid) (Others: Creatinine, Potassium). 2. Contractor will provide all necessary collection materials to perform approximately 13 tests a month. 3. Approximately 150 tests at $ .00 per test. 4. Naval Hospital, Camp Pendleton Laboratory Dept. will use provided FedEx Billable Stamps to send specimens for testing. 5. Minimum turn around time to report results is 10 days from the date specimen is sent, and maximum turn around of 14 days. Results will be faxed to 760- 725-1105 attention to the requesting physician (Urology Clinic-Naval Hospi tal Camp Pendleton). A hard copy is to be mailed to Laboratory Department at the following address: Naval Hospital Camp Pendleton ATTN: LABORATORY DEPT./ MAILOUTS BOX 555191 OCEANSIDE, CA 92055-5191 6. Government point of contact is Lab Supply Petty Officer (Laboratory Dept) Phone 760-725-1501 Pager (voice) 760-414-6522. 7. Invoicing to be monthly for actual number of tests performed. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): 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. FAR 52.212-2 EVALUATION OF COMMERCIAL ITEMS--OCT 1995 Award will be made to that offer determined technically acceptable with the lowe st price. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commer cial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. 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. Note: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.neco.navy.mil Parties responding to this solicitation may submit their quote in accordance with their s tandard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Offers will be accepted via fax (619-532-1089) or via e-mail (glenn_e_brown@sd.fisc.navy.mil ). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher.
 
Web Link
NECO Home
(http://www.neco.navy.mil)
 
Record
SN00156242-W 20020904/020902213103 (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.