Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2003 FBO #0708
SOLICITATION NOTICE

65 -- Reagents

Notice Date
11/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Bureau of Prisons, FCC Butner (LSCI), PO Box 999 Old N.C. Highway 75, Butner, NC, 27509
 
ZIP Code
27509
 
Solicitation Number
RFQ1061100104
 
Response Due
11/5/2003
 
Point of Contact
Mary Doyle, Supervisory Contract Specialist, Phone (919)575-5000, ext. 1292, Fax (919) 575-5036, - Lori Spruill, Contract Specialist, Phone (919)575-5000, ext. 1055, Fax (919)575-5036,
 
E-Mail Address
mdoyle@bop.gov, lspruill@bop.gov
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this announcement. This constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. RFQ 10611-0010-4 is issued as a request for quotation. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 90-17. This action is unrestricted. The North American Industrial Classification System Code is 334516 and the Small Business Size Standard is 500 employees. The Government reserves the right to award without discussion, along with making a single award or multiple awards. Therefore, each initial offer should contain the offeror's best price. Award shall be made to the responsive/responsible offeror(s) submitting the lowest total price. This notice is provided on a competitive basis, with an intent to award a firm-fixed price standing order for the following products (all products must be FDA approved): 0001: 3 ea of s- cal s+ IV&V (ship every 6 months), Beckman Coulter P/N 7546808 or equal; 0002: 36 ea of 5 c tri-pk control 12 x 3 ml (ship 3 per month), Beckman Coulter P/N 77547116 or equal; 0003: 36 ea of retic control (ship 3 per month), Beckman Coulter P/N 7547125 or equal; 0004: 36 ea of latro control 5x16 ml/pk (ship 3 per month), Beckman Coulter P/N 7546914 or equal; 0005: 36 ea of latron priming solution 5 x 16 ml/pk (ship 3 per month), Beckman Coulter P/N 7546915 or equal; 0006: 240 ea of Isoton III (20 L) (ship 20/mo), Beckman Coulter P/N 8546733 or equal; 0007: 36 ea of lyse s III diff (5L) (ship 3/mo), Beckman Coulter P/N 8546796 or equal; 0008: 36 each of clenz non-haz 10 LT (ship 3/mo), Beckman Coulter P/N 8546931 or equal; 0009: 36 each of retic pak (ship 3/month), Beckman Coulter P/N 8547115 or equal; 0010: 36 ea of scatter pak (ship 3/mo), Beckman Coulter P/N 8546917 or equal; Delivery schedule is as indicated above. Exact ship dates to be determined by Laboratory Manager. The performance period is from date of award through September 30, 2004. Vendor must provide MSDS with shipment. . The following FAR provisions and clauses apply to this acquisition: 52.211-6 Brand Name or Equal (AUG 99) Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications Commercial Items with their offer; 52.212-1, (Oct 2003) Instructions to Offerors Commercial Items applies to this acquisition; 52.212-4, (Oct 2003) Contract Terms and Conditions Commercial Items; 52.212-5 (b) (29), Contract terms and Conditions Required to Implement Statutes and Executive orders- Commercial items; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. All potential offerors are advised that this solicitation includes the clause at FAR 52.204-7, Central Contractor Registration (CCR). This clause requires all contractors doing business with the Federal Government after September 30, 2003, to be registered in the CCR database. Offerors must include their Data Universal Number System (DUNS) number in their offers. Provisions 52.212-2, Evaluation-commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price to be determined technically acceptable. Offerors must provide references from at least three (3) current, major accounts where the contractor provides the same or similar supplies/services. Vendors may download FAR provisions and clauses at the following Internet address: http://arnet.gov. Instructions for registration in the CCR can be found at www.ccr.gov. All responsible sources may submit an offer which will be considered for award. Offers may be faxed to 919-575-5036 or e-mailed to mdoyle@bop.gov.
 
Place of Performance
Address: Old NC Hwy 75, P.O. Box 999, Butner, NC
Zip Code: 27509
Country: USA
 
Record
SN00463702-W 20031105/031103213118 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.