Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2006 FBO #1559
SOLICITATION NOTICE

66 -- Laboratory Automation System

Notice Date
3/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU006T0022
 
Response Due
3/24/2006
 
Archive Date
5/23/2006
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotations (RFQ) are being requested and a written solicitation will not be issued. The solicitation number is W91YU0-06-T-0022 and is issued as a Request for Quotations (RFQ). The solicit ation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08 and Defense Federal Acquisition Regulation (DFAR) Supplement, current to DCN 20060123. This acquisition is unrestricted. The North American Industry Classification System (NAICS) code is 334516 with a size standard of 500 employees. All prospective offerors must be actively registered in the Central Contractor Registration. Offerors may register online at https://www .bpn.gov/CCR/scr ipts/index.html. This requirement is being issued under the Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6 which is incorporated herein. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999 ) for information regarding what must be included with your quote if you are submitting items as equal to the brand name items. The sixteen (16) Contract Line Item Numbers are as follows: (CLIN) 0001, Power Processor V3 (1 Outlet) Beckman Coulter PN: A2 3226 QTY 1; CLIN 0002 Second Outlet, Beckman Coulter PN: A11038 QTY 1; CLIN 0003 DI Instrument Manager Beckman Coulter PN: 625827 QTY 1; CLIN 0004 Aliquot Upgrade Beckman Coulter PN: A23235 QTY 1; CLIN 0005 Second Centrifuge Beckman Coulter PN: A23234 QTY 1; CLIN 0006 Oil-Less Compressors Beckman Coulter PN: 1609280 QTY 2; CLIN 0007 Shut Off Valve Assy for Compressor Beckman Coulter PN: PAC400-3XOF302BC QTY 1; CLIN 0008 Blue Rack 13 x 100mm Beckman Coulter PN: A22544 QTY 8; CLIN 0009 Gen*S Racks Beckman Cou lter PN: 2910032 QTY 2; CLIN 0010 Rack, Pipet Tip, Aliquoter Beckman Coulter PN: 800232 QTY 1; CLIN 0011 Rack, Transfer (Daughter) Tube, Aliquoter Beckman Coulter PN: 800233 QTY 1; CLIN 0012 5000UL Aliquoter Tip Beckman Coulter PN: 800257 QTY 2; CLIN 0013 Transfer Tube False Bottom Beckman Coulter PN: 2910034 QTY 2; CLIN 0014 Aliquoter Label Beckman Coulter PN: A16614 QTY 1; CLIN 0015 Training for 2 operators with room, board and airfare QTY 1 Each; and CLIN 0016 Freight. System shall include a one year bu siness hours warranty (5 days, 8 hours); a two year warranty on the compressors; 5 years on tank and user training for the system. FOB: Destination is requested. If Origin is quoted, you must provide shipping costs. Government acceptance of equal produc t will be contingent upon technical evaluation of specifications and equipment compatibility with Madigan Army Medical Center CHCS system. At a minimum an equal product must be able to process 300 primary samples per hours in the centrifuge (serum, plas ma, whole blood) and 450 tubes per hour in the Aliquot, minimum volume of 100uL (serum/plasma level detection), up to 9 aliquots per primary tube. Delivery shall be made to Madigan Army Medical Center, 9040A Fitzsimmons, Tacoma, Washington 98431. Deliver y date to be determined by Madigan Army Medical Center, but no later than 30 September 2006. Offerors that reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Jan 2006) (paragraphs (g) and (h) of FAR 52.212-1 are deleted); FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005) with Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certification Commercial Items (Jun 2005). Note: In order to co mplete the Representations and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://www.acqnet.gov/far locate the referenced clause, copy and paste it to a Word Document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005) with Alternate I (Apr 2002) and DFARS 252.212-7000 Offeror Representations and Certification Commercial Items (Jun 2005). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. Selection will be made on a best value basis and the Government r eserves the right to select to other than the lowest priced offeror. The evaluation factors are: i) technical capability of the item to meet the requirements of the Government, ii) past performance, and iii) price. Technical capability is considered th e most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals (detailed specifications) will be reviewed to ensure technical capability. Unreasonable prices or a history of po or performance can make the most meritorious technical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at le ast three other contracts in which the vendor provided the same or similar items. Once the Contracting Officer has decided to whom and order will be issued, a bilateral order requiring the quoters signature will be issued. FAR 52.212-4 Contract Terms an d Conditions Commercial Items (Sep 2005). FAR 52.215-5 Facsimile Proposals (Oct 1997). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Feb 2006) apply to this acquisition. Specific clauses cite d in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns, 52.222-3 Convict Labor, 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222 -39 Notification of Emplo yee Rights Concerning Payment of Union Dues or Fees, 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Feb 2006) applies to this acquisition, and specifically FAR 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 P reference for Certain Domestic Commodities, 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises and Native Hawaiian Small Business Concerns, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7002 Requests for E quitable Adjustment, 252.247-7023 Transportation of Supplies by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. Quotations/Specifications may be emailed to Sandra.Broten@us.army.mil or sent by facsimile to 253-968-4922 no later th an 24 March 2006, Noon Pacific Standard Time (PST). Numbered notes do not apply.
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
Country: US
 
Record
SN00998155-W 20060304/060302212659 (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.