Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
SOLICITATION NOTICE

65 -- This requirement is for Fetal Fibronectin Testing Kit for the period 1 October 2004 through 30 September 2005

Notice Date
8/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
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
W91YTZ04T0132
 
Response Due
8/12/2004
 
Archive Date
10/11/2004
 
Point of Contact
Anita.Adcock, 910-907-9303
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(anita.adcock@na.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-04-T-0132 and is a request for quotation (RFQ). This is a total Small Business Set-Aside. The FSC is 6640. The Standard Industrial Classification Co de is 2835 and the small business size standard is 500. The North American Industry Classification System Code is 339112. Contractor shall provide the Fetal Fibronectin Testing Kit which includes #0116v Rapid fFN Control Kit (26 Cassettes, filters, tubes ), #1200 Rapid fFN Cassette Kit, #00797 Specimen collection Kit, #01175 TLI IQ Cette (Replacement), #01088 Printer Labels, for twelve (12) months for Womack Army Medical Center, Department of Pathology, Fort Bragg, North Carolina, 28310 with one twelve mo nth option period. The manufacturer is ADEZA BIOMEDICAL, 1240 ELKO DRIVE, SUNNYVALE, CA. The period of performance is 1 October 2004 through 30 September 2005 with one twelve month option period through 30 September 2006. The Government intends to make a sole source award for the services described herein to ADEZA BIOMEDICAL. All offers received in response to this solicitation will be considered. Responses will be used to determine whether bonafide competition exists. Responses are to be faxed to An ita Adcock at 910-907-9307 or emailed to anita.adcock@na.amedd.army.mil no later than 1400 hours on 12 August 2004. It is now a requirement that all contractors doing business with the Department of Defense be registered with CCR (the website may be acces sed on the internet at: www.ccr.gov to register). Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Provision 52.212-1, Instructions to Offeror-Commercial Items. As stated in thi s provision, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror??????s initial offer should contain the offeror??????s best terms. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. 52.212-2 Evaluation - Commercial Items. Evaluation factors are: Technical capability, past performance and price. Technical and past performance when combined are more i mportant than price. Offerors are required to submit information identifying federal, state and local government and private contracts performed within the last three years which are similar in scope and complexity to the effort described in this solicita tion. If none, offerors should so state on a single page and provide information on references as an employee. 52.212-3, Offeror Representations and Certifications ?????? Commercial Items; an authorized representative of the offeror must sign these repre sentations and certifications and must be included with the offer. The resulting firm fixed price award will incorporate the requirements of the following clauses: 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; with applicable FAR Clauses: 52.222-36 and 52.222-37. DFAR Clauses: 252.225-7000 Buy American Act ?????? Balance of Payments Program Certificate; 252.225-7001, Bu y American Act and Balance of Payments Program. Evaluation factors: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, p rice; evaluations will be based on low price only. GENERAL INFORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. Monthly payment under the terms of the contract will be made in arrears. The following FAR provisions and clauses apply to this solicitation: 52.212-1, Instructions to Offerors- Commerci al; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Employment; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; and 52.225-3 Buy American Act ?????? North American F ree Trade Agreement; 252.204-7004 Required CCR; 52.217-8 Option to Extend Services; 52.232-18, Availability of Funds; 252.212-7001 Contract Terms, 252.232-7003 Electronic Submission of Payment Requests; 252.204-7004 Required Central Contractor Registra tion; (Contractor to include a completed copy of the following provisions with quote) 52.212-3 Offeror Reps and Certs; 252.212-7000 Offeror Reps and Certs ?????? CI. Referenced provisions and clauses may be accessed electronically at these addresses: h ttp://www.arnet.gov/far; http://farsite.hil.af.mil; http://www.dtic.mil/dfar.
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
Country: US
 
Record
SN00636900-W 20040806/040804212304 (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.