Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2005 FBO #1168
SOLICITATION NOTICE

66 -- IMMAGE 800 IMMUNOCHEMISTRY SYSTEM COST PER TEST

Notice Date
2/4/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, 800 Zorn Avenue, Louisville, Kentucky 40206-1499
 
ZIP Code
40206-1499
 
Solicitation Number
603-30-05
 
Response Due
2/17/2005
 
Archive Date
3/19/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items identified below, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and incorporates provisions and clauses that are in effect through FAC Circular 2001-26 and 2001-27 dated January 1, 2005. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. The solicitation number is 603-30-05 and is being issued as a Request for Quotation (RFQ). This procurement shall be solicited on an unrestricted basis. The NAICS Code for this procurement is 325413 & 334516 with a small business threshold of 500 employees. VA Medical Center, Louisville, KY is seeking a contractor to provide a brand name or equal for the following equipment and supplies on a cost per test basis for base period plus four (4) one-year options to renew. Base period shall be March 1, 2005 through September 30, 2005; Opt I will be Oct 1, 2005 _ Sept 30, 2006; Opt II will be Oct 1, 2006 _ Sept 30, 2007; Opt III will be Oct 1, 2007 _ Sept 30, 2008; Opt IV will be Oct 1, 2008 _ Sept 30, 2009 (all options are subject to availability of FY Funding. Equipment and supplies required are as follows with estimates: Beckman Coulter, IMMAGE 800 Immunochemistry system (1 each), including instrument maintenance, reagents, supplies, calibrators and controls (with levels sufficient to meet NCCLS guidelines), and training for one operator. The following types of Tests are required (annual estimates are in parenthesis) - Albumin (100), Alpha1 Antitrypsin (200), Ceruloplasmin (180), Complement C3 (100), Complement C4 (100), Haptoglobin (115), Immunoglobulin A (250), Immunoglobulin G (250), Immunoglobulin M (250), Kappa Light Chain (320), Lambda Light Chain (320), Microalbumin (1000), Prealbumin (200), Transferrin (1620), (CRP (900), Serum Free Light Chains (80). These are estimated quantities based upon previous history. Delivery terms shall be FOB Destination to the VA Medical Center, 800 Zorn Avenue, Louisville, Kentucky 40206-1499. Proposals shall be submitted on an all or none basis. Partial proposals shall be rejected. If submitting on a brand name equal basis, sufficient technical data must be included for the government_s evaluation and where the offered product meets the government_s specifications. Offerors responding to this announcement shall provide all information contained in the FAR Clause 52.212-1, Instructions to Offerors/Commercial Items. Offerors shall include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and VAAR 852.219-70 Veteran-Owned Business. The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://wwwv.va.gov/oa&mm/vaar. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract terms and Conditions-Commercial Items; 52.211-6, Brand name or Equal; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 52.252-2 Clauses incorporated by Reference: 52.216-18 Ordering; 52.216-19 Ordering Limitations; 52.216-21 Indefinite Quantity; 52. 217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.228-5 Insurance-Work on Government Installation; 52.232-18 Availability of Funds; 52.232-19 Availability of Funds for the Fiscal year; In addition, incorporated herein by reference are the following VA Acquisition Regulations (VAAR) clauses and provision: 852.211-70 Service Data Manuals, 852.211-71, Guarantee, 852.211-77 Brand Name or Equal, 852,270-4 Commercial advertising; 852.237-70 Contractor Responsibilities; 852.233-71 Protest Content; 852.236-76 Correspondence. No telephonic requests will be accepted. Only written questions can be sent to ATTN: Victoria Caudill (90C), VA Medical Center, 800 Zorn Avenue, Louisville, KY 40206-1499, or email Victoria.Caudill@Med.VA.gov. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. Offers are to be submitted in writing by February 17, 2005, 3:30PM EST to the address above. Offers received after the exact specified date and time will not be considered.
 
Web Link
RFQ 603-30-05
(http://www.bos.oamm.va.gov/solicitation?number=603-30-05)
 
Place of Performance
Address: LOUISVILLE, KENTUCKY
Zip Code: 40206-1499
Country: United States
 
Record
SN00745853-W 20050206/050204211846 (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.