Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2004 FBO #0893
MODIFICATION

66 -- Abbott Laboratories Hematology, Immunoassay, I-STAT and Medisense Diagnostic Reagents

Notice Date
5/5/2004
 
Notice Type
Modification
 
NAICS
424210 — Drugs and Druggists' Sundries Merchant Wholesalers
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Medical, 700 Robbins Avenue, Philadelphia, PA, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SP0200-04-R-5006
 
Point of Contact
Eileen Motta, Contract Specialist, Phone 215-737-7243, Fax 215-737-8139,
 
E-Mail Address
Eileen.Motta@dla.mil
 
Description
The Defense Supply Center Philadelphia (DSCP) intends to enter into a long-term Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to support the worldwide demand for Abbott Immunoassay, Hematology, I-STAT and Medisense Diagnostic Reagents. Through Market Research it has been determined that Abbott diagnostic reagents are specifically configured to support Abbott?s testing systems employed at the Military Treatment Facilities. No other manufacturer or distributors sells or has access to these products manufactured by Abbott Laboratories. It has been determined that there is only one known manufacturer, Abbott Laboratories, who has the capability of providing the required items. This solicitation will require Abbott to submit a catalog detailing all of the diagnostic reagents for each Military Treatment Facility serviced. All prices for Immunoassay and Hematology reagents must be developed based on the Cost-Per-Test pricing methodology. Under the Cost- Per-Test pricing methodology Abbott provides the testing equipment to the individual Military Treatment Facilities at no cost to the government. A ?usage fee? to use the equipment is amortized over the reagents that are used on that equipment for a period of 5 years, which is consistent with commercial practice. Abbott will be asked to provide tables detailing the reagents, add-on options and any additional discounts. The prices in these tables will be firm-fixed for the duration of the contract. Abbott, will be required to supply all supporting price documentation (i.e. equipment model, number of machines, equipment service hours, retraining options and the number of cycles per day per patient for Hematology items and the total test for Immunoassay items) needed to perform the Cost-Per-Test calculation and a catalog with an inclusive price for each Military Treatment Facility serviced. The price for Hematology and Immunoassay reagents may be adjusted annually for those customers who did not meet the previous years annual committed usage volume or who have a change in the amount of equipment or service hours currently rendered. All increases in catalog prices charged to each customer will be recalculated using the firm-fixed price tables (e.g. reagent, add-on and discount) and the Cost-Per-Test pricing calculation outlined in the Abbott Federal Supply Schedule. A price decrease can occur any time throughout the life of the contract. I-STAT reagents are purchased based on quantity tier pricing. Any customers whose usage falls within one of these quantity tiers will receive the same price for that reagent. Under this solicitation Abbott will be required to provide a table detailing the I-STAT product line and the tier pricing offered. They will also be required to submit usage data and a total ECAT price for each customer. The pricing tables should support the price charged to each customer. These tables will not be subject to adjustment and shall be firm-fixed for the entire duration of the contract, unless something becomes obsolete and a replacement item is added. The price for I-STAT reagents may be adjusted annually for those customers who have a change in their annual committed usage volume. A price decrease can occur any time throughout the life of the contract. For the Medisense items the contractor shall submit an ECAT price for each facility serviced as part of their catalog. These prices are firm fixed and are not subject to price adjustments during the life of this contract. This procurement applies to Government facilities worldwide. Initially, manufacturer?s will be asked to supply Continental United States (CONUS) catalog, which includes facilities located in the 48 contiguous states and the District of Columbia as well as Alaska and Hawaii and will be implemented first. The Outside Continental United States (OCONUS) catalog will include facilities located outside the continental United States and will be required in the future. The prices submitted by Abbott for each Military Treatment Facility serviced will be loaded into the DSCP Medical Electronic Catalog (ECAT). The catalog must reflect a total delivered price. Total delivered price is defined as the total cost of an item inclusive of transportation and distribution costs. All Purchase Order, Purchase Order Confirmation and Invoice transactions under this contract are required to be electronic. The contractor is required to use ECAT to electronically receive 850-Purchase Orders, transmit 997-Functional Acknowledgement?s, send 855-Order Confirmation?s, and transmit 810-Invoice?s for payment. There are (3) three communication option available for ECAT; Web Supplier Interface, American National Standard Institute (ANSI) X 12 EDI Standard and the Global Healthcare Exchange (GHX). Abbott Laboratories must have the capability of using at least one of these eCommerce communication options. They will be required to successfully complete system testing prior to receiving an award under this solicitation. The contract resultant from this solicitation will have a one (1) year base period with four (4) one-year unilateral option periods. This procurement has an estimated dollar value of $12.5 million dollars over the total contract period. Solicitation SP0200-04-R-5006 is expected to become available May 31,2004 and can be found on the DLA Procurement Gateway at http://progate.daps.mil/home . Number Note 22 applies to this procurement.
 
Place of Performance
Address: Various
 
Record
SN00580194-W 20040507/040505211645 (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.