Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

65 -- Blood Lab Testing

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
325412 — Pharmaceutical Preparation 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-0130
 
Response Due
8/3/2006
 
Archive Date
10/2/2006
 
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 solicitation uses Simplified Acquisition Procedures (SAP) authorized in FAR Subpart 13.5 and is expected to result in the award of one firm-fixed price contract. The resulting award will be made on SF 1449, for commercial items. This announcement constitutes the only solicitation; quotations are being requeste d and a written solicitation will not be issued. W91YTZ-06-T-0130 is a request for quotation (RFQ); its document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2001-23 and 2001-19 Update. This is an unrestricted procurement. The Standard Industrial Classification Code is 2835 and the small business size standard is 500. The North American Industry Classification System Code is 325412. Contractor shall provide Blood Banking Reagents: (1) Anti-K 715150, (2) Serum Anti-Human 15S 716080, (3) Blood Group Anti-E5ML 713180, (4) Reagent Anti-HR Anti-C 714080, (5) Anti-E 714180, (6) Anti-Lea Bioclone 715280, (7) Anti-Leb Bioclone 715380, (8) Anti-A,B 15S 711520, (9) Anti-JKA 1X3ML 721380, (10) Blood Grouping Serum Anti-S 723030, (11) IGG Card 4X12 MTS 4024, (12) Anti-A 711220, (13) Anti-FYA 3ML 715130, (14) Anti-S 721830, (15) Anti JKB 721480, (16) Anti-N Rabbit 715950, (17) Anti-D 717380, (18) Bovine Albumin 718280. The manufacturer is Ortho Clinical Diagnostics , 100 Indigo Creek Drive, Rochester, NY 14626-5101. The Government intends to make a sole source award for Blood Banking Reagents described herein to Ortho Clinical Diagnostics.Inc. All offers received in response to this solicitation will be considered. Responses will be used to determine w hether bonafide competition exists. PERFORMANCE WORK STATEMENT: QTY UI UNIT PRICE TOTAL ITEM 0001: Anti-K (ANTI-KELL) 1X5ML 715150 6 VIAL ITEM 0002: Serum Anti-Human 15S 716080 6 PKG ITEM 0003 BLOOD GROUP ANTI-E5ML 713180 6 VIAL ITEM 0004: REAGENT ANTI-HR ANTI-C (LITTLE) 4 BOTTLE 714080 ITEM 0005: ANTI-E (LITTLE)714180 4 BOTTLE ITEM 0006: ANTI-LEA BIOCLONE 2.0 1X5ML 4 VIAL 715280 ITEM 0007: ANTI-LEB BIOCLONE 2.0 715380 4 VIAL ITEM 0008: ANTI-A,B 15S 711520 2 EACH ITEM 0009: ANTI-JKA 1X13ML 721380 4 VIAL ITEM 0010: BLOOD GROUPING SERUM ANTI-S 3 VIAL 723030 ITEM 0011: IGG CARD 4X12 MTS 4024 20 PKG ITEM 0012: ANTI-A 711220 6 PKG ITEM 0013: ANTI-FYA 3ML 715130 4 EACH ITEM 0014: ANTI-S LITTLE 721830 2 VIAL ITEM 0015: ANTI-JKB BLOOD CLOTING SERUM 4 EACH 721480 ITEM 0016: ANTI-N RABBIT 5 ML 715950 2 EACH ITEM 0017: ANTI-D 10 ML 717380 6 PKG ITEM 0018: BOVIND ALBUMIN 10 ML 718280 6 PKG Provide reagents. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, intends to issue a fixed-price contractt. Offers will be based on furnishing exact part numbers. The reagents are for the Blood Lab, Department of Pathology, Womack Army Me dical Center (WAMC), Fort Bragg, NC. Shipments shall be delivered to Womack Army Medical Center, Building 4-2817, Reilly Road, Fort Bragg, NC 29310-5000, FOB destination. Acceptance will be made by Womack Army Medical Center at destination. Shipment to be made in its entirety prior to acceptance and with only one invoice for billing. Government Point of Contact (POC): Anita C. Adcock Telephone: 910-907-9303, FAX: 910-907-9307 Email: anita.adcock@na.amedd.army.mil 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, and (4) Past Performance, minimum of three references for similar scope of work, with whom past performance can be verified, to include contact name, telephone number, e-mail address and contract numbe r and dollar value. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. 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 facto rs shall be used to evaluate Offers: Technical Capability, Price and Past Performance. Technical will be evaluated as either Acceptable or Unacceptable. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the offerors technical proposal m ust demonstrate it can meet all requirements in the Statement of Work. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the Statement of work will be determined unacceptable. Past Performance will be ev aluated as high risk, medium risk and low risk with definitions as follows: Unsatisfactory / High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performan ce records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Satisfactory / Moderate Risk - Some doubt exists ba sed on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time , meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. Good / Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and cu rrent records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Neutral  No documented past performance record for the size or scope of this requirement. Verification of past pe rformance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. - - Offeror without technical or insufficient technical information to show that their offer meets the performance work statement shall not be evaluated for award. The Government reserves the right to award to other than the low offeror for better technic al capability and/or better performance records. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions if determined to be in its best interest to do so. - (1) FAR 52.212-3, Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer.- (2) FAR 52.212-4, Contract Terms and Conditions, Key Personnel; and FAR Clauses FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, specifically, para (b)(15), (16),(17), (18), (19), (31), (3)DFAR 252.232-7003: (4) FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp METHOD OF SUBMMISSION OF OFFERS for this solicitation shall be addressed to North Atlantic Regional Contracting Office, ATTN: Anita Adcock, email anita.adcock@na.amedd.army.mil by Fax (910) 907-9307), NOT LATER THAN 3 August 2006 12 NOON, EDT. For technical questions, Government Point of C ontact is Anita Adcock at 910-907-9303. .
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: Womack Army Medical Center, Contracting Office, 4-2817 Reilly Road Fort Bragg NC
Zip Code: 20310-5000
Country: US
 
Record
SN01096606-W 20060726/060724221212 (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.