Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2005 FBO #1398
SOLICITATION NOTICE

65 -- Procleix TIGRIS NAT Analyzer system

Notice Date
9/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81KO4-05-R-0044
 
Response Due
9/26/2005
 
Archive Date
11/25/2005
 
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. The Center Health Care Contracting, Fort Sam Houston, Texas intends to award a firm fixed price, sole source contract, under Federal Acquisition Regulation (FAR) Part 12.6, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures , to Chiron Corporation, for CLIN 0001 - one (1) each Procleix TIGRIS System (PN 10006490) for use in conjunction with West Nile Virus IND testing, to include two (2) years of service and technical support, and manuals, and CLIN 0002  Training  1 each  for up to four (4) person s at the Contractor Facility. Solicitation Number is W81K04-05-R-0044. Any proposal/offer received in response to this synopsis will be considered. Offerors interested in this requirement should submit a complete technical quote, which provides clear and convincing evidence that they can meet the Governments requirement. Award will be to the lowest priced, technically acceptable offer. The North American Industry Classification System (NAICS) code is 334516, size standard 500 employees. Offerors must show: (1) name, address, and telephone number of offeror; (2) price and discount terms (quote FOB Destination); (3) remit to address, if different than the mailing address; (4) warranty information. Offeror agrees to hold the price in its offer for sixty (60) calendar days from the date specified for receipt of offers. Discussion may not be held with Offerors, therefore each Offerors initial quote should be complete and accurate. Delivery is to be made FOB Destination to: US Army MEDDAC, Medical Supply Office, Darnell Army Community Hospital, Building 36000, Room 0002, Fort Hood, Texas, 76544-5063. The required delivery date is thirty (30) days after receipt of award. Offerors must provide warranty information specific to the equipment. This RFP documents and incorporates Federal Acquisition Regulations provisions and clauses in effect through Federal Acquisition Circular 2005-05. The following provisions and clauses can be viewed through Internet Access at the Air Force FAR Site, http:/ /farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items; 52.212-2, Evaluation  Commercial Items and Addendum to Paragraph (1) (i) tec hnical capability of the item offered to meet the Government requirement;(ii) price; (iii) past performance. Technical and past performance, when combined, are equal when compared to price. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual re presentations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this prov ision, AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE; 52.203-3, Gratuities; 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.219-9 Alt II, Small Business Subcontracting Plan; 52.219-14, Limitations on Subcontracting; 52.222-26, Equal Opportunity; 52.222-35, Equal O pportunity for Special Disables Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52 .225-13, Restrictions on Certain Foreign Purchases; 52.232.33, Payment by Electronic Funds Transfer - Central Contractor Registration; DFARS 252-212-7001, Contact Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.219-7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DOD Con tracts); 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Con cerns; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies; DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contrac t shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. I nformation available at no cost is located at http://www.wawftraining.com. Prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, offerors should immediately register wi th CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration will be obtained before award can be made. The following additional FAR clauses are applicable: 52.204-7, Central Contractor Registration; 52.247-34, F.O.B. Destination. Offers must be sent in writing/fax/e-mail to CPT Ryan Eckmeier, ryan.eckmeier@us.army.mil, no later than 04:00 P.M. (CST) on 26 September 2006 to MEDCOM, CHCC, 2107 17th Street, Building 4197, Suite 68, Fort Sam Houston, TX 78234, Fax 210 295-4937. For mo re information email anita.e.leyba@us.army.mil or call at 210 221-4202/5609.
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN00901738-W 20050924/050922212342 (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.