Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2003 FBO #0525
SOLICITATION NOTICE

66 -- Urinalysis Collection Kits and Shipping Containers

Notice Date
5/6/2003
 
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
N62645-03-R-0009
 
Response Due
5/16/2003
 
Archive Date
5/31/2003
 
Point of Contact
Ralph Payne, Contracting Officer, Phone 301-619-3026, Fax 301-619-2925,
 
E-Mail Address
repayne@nmlc.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
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 N62645-03-R-0009. Provisions and clauses in effect through Federal Acquisition Circular 2001-13 are incorporated. NAISC 423490/SIC: 5045. The Navy intends to negotiate (IAW FAR 6.302) with Andwin Scientific, Canoga Park, CA as the only source that can provide self-sealing membrane specimen collection cups, 12-well shipping containers, and tamper evident tapes. SOW. 1. REQUIREMENTS FOR URINALYSIS COLLECTION KIT AND SHIPPING CONTAINERS. 1.1. The collection kit shall consist of 12 specimen collection cups, a 12 well shipping container, and a corresponding number of tamper evident tapes. The tamper evident tapes must be easy to apply, limit the ability of an individual from either opening the cap and/or injecting material through any seals that may be present. The tamper evident tapes must be easy to apply and be able to provide evidentiary tracking (by tears, rips or puncture marks to the integrity of the tamper tapes) of possible indications of specimen tampering. The 12 well cardboard shipping container must meet U.S. Postal and International Air Transport Association (IATA) standards for transport of biological fluids. The specimen collection (SC) cup shall be made of polypropylene, have a wide mouth opening of approximately 2 inches across to facilitate male or female urine collection, and have an approximate volume of 85 ml. The SC shall consist of a lid with a self-sealing membrane that permits the removal of approximately 1 ml sample aliquots using commercially available plastic pipette tips without the requirement for removal of the SC lid during the pipetting process. The self-sealing membrane shall be able to withstand up to 3 penetrations by a plastic pipette tip without leakage through the membrane if the cup were to fall on its side or be inverted for extended periods of time. The SC must be adaptable to an automated pipetting instrument (API), as described in RFP N62645-03-R-0008, for the forensic transfer of urine aliquots for use in the course of drug testing within the military drug testing laboratories. Procurement of the collection kits is contingent upon successful adaptation to, and performance of the API as described in the above mentioned RFP. 1.2. The contractor shall be capable of providing an appropriate number of collection kits to provide approximately 0.12 million SC during the first contract year to approximately 3.8 million SC when fully implemented with the automated pipetting device in support of the DoD military drug testing program. The tamper evident tape provided by the contractor will be similar in composition as the current clear tamper evident tape (no printing) used by the military drug testing program and not interfere, while in place over the self-sealing membrane, with dispensing operations of the API described in RFP N62645-03-R-0008 nor interfere with the ability to read bar coded information on the SC label. The width of the tamper evident tape must be sufficiently wide to cover the entire area of the self-sealing membrane. The format or shape of the tape must address the legal issues of tampering of the seal and/or opening of the lid. For delivery purposes, the contractor shall provide the collection kits in case quantity consisting of ten (10) collection kits per case. 1.3 The SC shall: (1) consist of a wide-mouth (approximately 2 inches in diameter) polypropylene urine collection container with an accompanying lid containing a self-sealing membrane that can be repeatedly penetrated (at least 3 times) by a disposable plastic pipette tip for the delivery of approximately 1 ml of urine per transfer without fluid leakage from the penetration site if the container is inverted. (2) Have a total volume capacity approximately of 85 ml - equivalent to the current urine collection container used by the military drug-testing program. (3) Have external dimensions of approximately 3 inches high by 2 inches wide - similar to the current urine collection container used by the military drug-testing program. (4) Have a plastic cap closure, which will not leak, in refrigerator or freezer storage or during routine air courier transport. (5) Be compatible for successful use on the API to reading bar codes (LAN) information put onto the SC while positioned in the contractor provide SC holding rack during real-time operation of the API in aliquot dispensing operation. (6) Have sufficient space on the body of the SC for a bar-coded label containing information regarding SSN, submitting unit identifiers and other specimen ID information, and sufficient space on the body of the SC for the application of a bar-coded laboratory accessioning number (LAN) label such that the LAN can also be read by the API bar-code reader. (7) Consist of a durable plastic polymer that will withstand freezer temperatures down to ?20 C and transport temperatures as high as 120 F as may be encountered in cold/hot weather delivery transit. (8) Consist of a plastic polymer that minimizes the adhesion of the tetrahydrocannabinol acid (THC-COOH) molecules 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 three feet. 1.4. The contractor must meet ISO 9000 certification and quality standards for the manufacture and distribution of the SC. Andwin must provide, (1) a document addressing each paragraph of the SOW stating either "concur" or "nonconcur". In the event of a "nonconcur" an explanation must be provided to support. (2) Any brochures, technical or product literature to support the items offered. (3) For past performance, provide dates of contracts or purchase orders, both Government and commercial, for the systems sold commercially (minimum of 3 different locations) within the past 3 year period as follows: Name, address, POC and telephone number of the organization; contract or purchase order number and dollar value; date of contract or purchase order. The government anticipates award of a Requirements type contract with a base year and four options years, for a total of five years. Andwin must submit firm-fixed pricing for the base year and all option years. 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. To support the offered price, documentation needs to be provided 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, and if applicable, any GSA schedule numbers. Contract award will be based on 1). Determination of technical acceptability of items offered, and 2). Determination that the proposed price is fair and reasonable. Andwin 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. 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 to include Class Deviation 2001-O0002. 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, 52.225-15, 52.232.33, and 52.233-3. In respect the First Article Test requirements stated in RFP N62645-03-R-0008, Andwin will be required to furnish, at no charge to the Government, "x" number (to be determined later) of self-sealing membrane specimen collection cups, 12-well shipping containers, and tamper evident tapes to perform the First Article Test requirements of the API stated in RFP N62645-03-R-0008. Andwin's offer is due at Naval Medical Logistics Command by 1:00 PM on or before 16 May 2003. POC is Ralph Payne, 301-619-3026, email repayne@nmlc.med.navy.mil. See Numbered Note 1.
 
Place of Performance
Address: DoD Military Drug Testing Laboratories
 
Record
SN00318930-W 20030508/030506213509 (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.