Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2003 FBO #0715
SOLICITATION NOTICE

81 -- SHIPPING CONTAINERS FOR LAB SUPPLIES

Notice Date
11/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
 
ZIP Code
20857
 
Solicitation Number
04DCL070006
 
Response Due
12/2/2003
 
Archive Date
12/1/2003
 
Point of Contact
Janet Glasz, Contract Specialist, Phone 301-443-2329, Fax 301-443-8488,
 
E-Mail Address
jglasz@psc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. This RFQ is being solicited as a Set-Aside for Small Business. The North American Industry Classification System code is 322213 and the small business standard is 500 employees. This Request for Quotation (RFQ) number 04DCL070006 Titled: Shipping Containers for Lab Kits is to supply two sizes of corrugated containers , Styrofoam shipping containers, and fulfillment capabilities for Lab Kit Inserts and deliver these containers to designated Federal Occupational Health Services (FOHS) locations within specified time frames. The word ?fulfillment? refers to the assembly of a shipping container and the packing of that container with Lab Kit Inserts. The Period of Performance shall be from date of award through September 30, 2004 with one (12) month option period. The contractor shall: 1.Provide corrugated, fold-in tuck shipping boxes with the dimensions approximately 8? x 6? x 3? in White, Red and Blue. WHITE, Quantity: 30,750, with Logo:Federal Occupational Health Feds_Heal Program. First order for minimum quantity of 5,000 will be placed on or about January 1, 2004 for delivery within 5 days of order with fulfilled Lab Kits to Feds_Heal Program Office, LaCrosse, Wisconsin, ZIP 54603. Loading dock for deliveries is available. Orders will follow as-needed with a 5 day delivery schedule. Approx. 6 deliveries in base year and 9 deliveries in option year. RED, Quantity:2,100 with Logo: Federal Occupational Health FOHnet. First order for a minimum of quantity of 300 will be placed on or about January 1, 2004 for delivery within 24 hours of order with fulfilled Lab Kits to Federal Occupational Health FOHnet , Kansas City, Missouri, 64106. Inside delivery to 8th floor, no loading dock or freight elevator available. Orders will follow as needed with the same 24 hour delivery schedule. BLUE, Quantity:2,100, with, Logo: Federal Occupational Health Law Enforcement Medical Program. First order for a minimum quantity of 300 will be placed on or about January 1, 2004 for delivery within 24 hours of order with fulfilled Lab Kits to Federal Occupational Health Law Enforcement Medical Program, Kansas City, Missouri, 64106 . Orders will follow as needed with the same 24 hour delivery schedule. Approx. 7 deliveries of RED and Blue boxes in the base year and 8 deliveries in option year. FOHS will provide Lab Kit Inserts for fulfillment to the RED and WHITE corrugated boxes: one sealable plastic bag with four blood collection tubes, one alcohol wipe, one gauze 2x2, one Fed Ex air bill, one vial sleeve, one plastic bio-hazard bag with absorbent material, and one Fed Ex large Clinic Pak. FOHS will provide Lab Kit Inserts for fulfillment to the BLUE corrugated boxes: one sealable plastic bag with five blood collection tubes, one alcohol wipe, one gauze 2x2, one Fed Ex air bill, one vial sleeve, one plastic bio-hazard bag with absorbent material, and one Fed Ex large Clinic Pak. FOHS will be responsible for supplying Lab Kit Inserts and instructions. Since some of the Lab Kit components have limited shelf life, the kits will need to be fulfilled in increments of six months or less to ensure shelf life. 2. Provide a quantity of 2,100 Styrofoam shipping containers with removable lids. The exterior dimension will be approximately 11? x 9? x 8? and interior dimension will be approximately 8? x 6? x 5?. First order for a minimum quantity of 100 will be placed on or about January 1, 2004 for delivery within 24 hours of order to Federal Occupational Health, Kansas City, Missouri, 64106. Orders will follow as needed with the same 24 hour delivery schedule. 3. Provide a quantity of 2,100 corrugated shipping boxes with an inside dimension which will accommodate the Styrofoam shipping container. Exterior dimensions of corrugated box is approximately 11? x 9? x 8?. The box shall be fulfilled with Styrofoam shipping container. No fulfillment with lab supplies required. One exterior side of the corrugated container shall be printed with the words, Packed in Compliance with IATA Packing Instructions 650 for Diagnostic Specimens. The first order for a minimum quantity of 100 will be placed on or before January 1, 2004 for delivery within 24 hours of order to Federal Occupational Health, Kansas City, Missouri, 64106. Approx. 21 deliveries the base year and 26 during the option year. Option Year requirements shall be the same as Base year except for quantity increases as follows: Fold-in tuck corrugated box with fulfillment: WHITE, quantity of 47,250; RED quantity of 2,625; BLUE, quantity of 2,625. Corrugated shipping box with Styrofoam shipping container fulfillment, quantity of 2,625. All dimensions listed are approximate. While FOHS prefers the dimensions listed, variation of not more than 1 inch would be acceptable, if variation would provide a significant reduction in price. For instance, standard sizes verses custom sizes. Monthly detailed invoicing is required. Offeror shall submit an original and 2 copies of the Technical Proposal and Business Proposal. Technical Proposal shall address the contractors understanding of the requirement, technical approach, and corporate capabilities. The Business Proposal shall address cost for each item including shipping and total cost for base year and Option year. Award will be made to the offeror who complies with the terms and conditions of this request and whose proposal contains the combination of Technical Evaluation Criteria offering the best overall value considering differences in technical merit with differences in cost. In making this comparison the Government is more concerned with obtaining superior technical merit. However, the Government will not make an award at a significantly higher price to achieve only slightly superior technical merit. Technical Evaluation Criteria: Understanding of the Requirement, Technical Approach. A secure on-line ordering mechanism that would enable FOHS to place orders, check status on orders and shipments, and view warehouse inventory is preferred. This method would be given a higher technical evaluation score. Timeliness of deliveries is paramount and would be given a higher technical score. Corporate Capabilities are part of the technical evaluation score. Solicitation documents, provisions and clauses herein are those in effect through Federal Acquisition Circular 2001-17 (10/20/2003). The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (OCT 2000), and the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2002), applies to this acquisition. Offerors shall submit a fully executed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items (JUN 2003) with their offer. The clause at FAR 52.212-5, Contract Terms and Conditions Require to Implement Statutes or Executive Orders--Commercial Items (OCT 2003), applies to this acquisition as well as the following clauses cited therein: 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126);52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212); 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii));52.225-13, Restrictions on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Prospective contractors must be registered in Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. This is a request for competitive quotes. Direct all questions or inquires, referencing RFQ number, by e-mail to jglasz@psc.gov on or before Thursday, November 13, 2003, 5:00 pm Eastern Standard Time. Quote shall reference the RFQ number and be sent to the attention of Janet Glasz at the above address. Due date for receipt of quote shall be on or before Tuesday, December 2, 2003 at 5:00 pm Eastern Standard Time.
 
Place of Performance
Address: LACROSSE, WISCONSIN 54603 AND KANSAS CITY, MISSOURI 64106
Country: USA
 
Record
SN00467680-W 20031112/031110211650 (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.