Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2006 FBO #1537
SOLICITATION NOTICE

65 -- Medetomidine Injection, 10ML, Multidose vial

Notice Date
2/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
325411 — Medicinal and Botanical 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
W91YTZ-06-T-0042
 
Response Due
2/15/2006
 
Archive Date
4/16/2006
 
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. Solicitation W91YTZ-06-T-0042 is a request for quotation (RFQ). This is an unrestricted procurement. The Standard Industrial Classification Code is 2833 and the small business size standard is 500. The North American Industry Classification System Code i s 325411. Womack Army Medical Center, Fort Bragg, North Carolina has a requirement for 360 Vials Medetomidine Injection, 10ML, Multidose vials. Delivery requirement: Not later than 10 March 2006. All offers received in response to this solicitation will be considered. Responses will be used to determine whether bonafide competition exists. If offering an equal item, offeror must provide complete technical documentatin and specifications for evaluation. Responses to be faxed to Peggy Hartung at 910-907-9 307 or emailed: Peggy.Hartung@na.amedd.army.mil no later than 4:00 p.m. (EST) on 15 Feb 06. It is a requirement that all contractors doing business with the Department of Defense are registered with Central Contractor Registration(CCR). See website www.c cr.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 this provision, the Government intend s to evaluated offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain its best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussions if it is la ter and determined by the Contracting Officer to be necessary. Award will be made to the responsible, low priced, technically acceptable offeror. The following provisions in their latest editions apply to this solicitation. (1) 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (1) proposed prices; (2) Technical capability to include product literature, catalog price lists if available; (3) completed copy of FAR 52. 212-3. Offer Representations and Certifications-Commercial items, or confirmation that the company has current registration in ORCA website https://orca.bpn.gov. FAR 52.212-2, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitations will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate Offers: Technical Capability, and Price. Technical will be e valuated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal must demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal th at fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. The resulting firm-fixed price award will incorporate the requirements of the following clauses: FAR 52.212-4, Contract Terms and Conditi ons; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(14) 52.222-3 Convict Labor,(15)52.222-19 Child Labor Coopeeration with Authorities and Remedies,(16)52.222-21 Prohibition of Segreated Fa cilities,(17)52.222-26 Equal Employment,(18) 52.222-35 Equal Opportunity for Special Disabled Veterans, (19) 52.222-36 Affirmative Action for Workers with Disabilities, and (31) 52.232-33 Payment by Electronic Funds Transfer. DFAR Clauses: 252.204-7004 Re quired Central Contractor Registration; 252.212-7001 Contract Terms; 252.225-7001 Buy American Act Balance of Paymen t Program; 252.225-7002 Qualifying Country Sources as Subcontractors and 252.232-7003 Electronic Submission of Payment Requests. For all referenced clauses/provisions, see web site http://www.farsite.hill.af.mil. GENERAL INFORMATION: Only the Contracting O fficer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. METHOD OF SUBMMISSION OF OFFERS for this solicitation shall be addressed to North Atlantic Regional Contracting Office, ATTN: Peggy Hartung, email Peggy.Hartung@na.amedd.army.mil or by Fax (910) 907-9307), NOT LATER THAN 4:00 p.m. (EST) 15 Feb 2006. For questions, Government Point of Contact is Peggy Hartung at 910-907-6925.
 
Place of Performance
Address: North Atlantic Regional Contracting Office Womack Army Medical Center Bldg 4-2817 Reilly Road Fort Bragg NC
Zip Code: 20310-5000
Country: US
 
Record
SN00983415-W 20060210/060208212704 (fbodaily.com)
 
Source
FedBizOpps 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.