Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2003 FBO #0540
SOLICITATION NOTICE

R -- Services for the use of Patent for DNA Identification Procedures.

Notice Date
5/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
DADA15-03-T-0131
 
Response Due
5/24/2003
 
Archive Date
7/23/2003
 
Point of Contact
James Newell, 202 782-6104
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(james.newell@na.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial item services prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. Proposals are being r equested and a written solicitation will not be issued. DADA15-03-T-0131 is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-11. T his Procurement is solicited using Full and Open Competition, the Sic Code is 6794; the NAIICS Code is 533110; the FSC is R498. The Medcom Contracting Center, North Atlantic intends to issue a firm fixed price contract based on FAR Part 12 for Royalty Fee for DNA Services, at the Armed Forces Institute of Pathology, 6815 16th Street, NW, Washington, DC 20306-6000. The Government intends to contract with Applied Biosystems, for Royalty Fees for DNA Services. The contract will be issued for a Base Period of six (6) months. Payments will be made in accordance with FAR 52.232-25 Prompt Payment and FAR 52.232-1 Payments and FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following Federal Acquisition Regulation (FAR), Provisions and Clauses are incorporated and shall remain in full force in the resulting contract. FAR52.212-1 Instruction to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commerc ial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.222-21 Probition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the V ietnam Era and Other Eligible Veterans, FAR 52.225-13 Restriction on Certain Foreign Purchases, DFAR 252.201-7000 Contracting Officer??????s Representative, DFAR 252.204-7004 Required Central Contractor Registration, DFAR 252.212-7000 Offeror Representati ons and Certifications-Commercial Items, DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Proposals will be evaluated in accordance with FAR clause 52.212-2. The Government will award a contract resulting from this solicitation/synopsis to the responsible offeror whose offer conforming to the solicitation/synopsis will be most advantageous to the Government, price and other factors considered. The G overnment reserves the right to make award on the initial proposal received without discussions. The Government will consider all proposals received by May 15, 2003, time 1:30 pm. FULL TEXT OF THE Federal Acquisition Regulations (FAR) and DFAR) may be ac cessed on the Internet at www.deskbook.osd.mil and Defense Federal Acquisition Regulations Supplemental at www.dtic.mil/dfars. All interested parties must be registered in the Central Contractor Register, (CCR) in order to receive an award. Interested p arties shall provide detailed information on proposed technical, past performance and price for proposed service contract, which clearly meet the requirements stated above. Responses may be via e-mail or on company letterhead; Include company??????s name, point of contact, address, phone number, Duns Number, Tax ID, and solicitation number. Responses may be FAXED to (202) 782-0806 Attn: James Newell or e-mail to james.newell@na.amedd.army.mil.
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5001
Country: US
 
Record
SN00329978-W 20030523/030521213901 (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.