Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2006 FBO #1845
SOLICITATION NOTICE

65 -- INRatio Meter, Diagnostic Point of Care System

Notice Date
12/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81NWY63358401
 
Response Due
12/20/2006
 
Archive Date
2/18/2007
 
Small Business Set-Aside
Total Small Business
 
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 W81NWY63358401 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. This acquisition is solicited as a 100% Small Bus iness set-aside for NAICS 339112, size 500 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand name or Equal applies to this acquisition. The requirements of this solicitation are: Item no. 0001: INRatio Meter, MFG: HemoSense, brand n ame or equal specifications; 3 each; Item no. 0002: InRatio Test Strips 48/box, MFG: HemoSense, brand name or equal specifications. Initial shipment of 36 boxes with additional boxes ordered monthly, quantities as needed. The manufacturer for these item s is HemoSense Inc.; all items are Brand name or equal specifications. Salient Characteristics: Item no. 0001: measures Prothrombin Time (PT); reports results as an International Normalized Ratio (INR), a conversion unit which is a standardized method of reporting PT results. Item no. 0002: single use; made of laminated l ayers of transparent plastic; sample well where blood is applied, 3 channels through which blood sample flows to reach testing areas, reagents to start coagulation process and electrodes which interface with the INRatio meter. Clauses throughout this solicitation can be viewed by accessing website http://farsite.hill.af.mil/ . Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. Initial delivery: on or before 1 February 2007; shipments of tes t strips as needed through 30 Sep 07. Preferred shipping method is FOB destination to Brooke Army Medical Center, 3851 Roger Brooke, Fort Sam Houston, Texas 78234-6200. Vendor shall indicate on their price proposal if shipping method will be other than F OB Destination. FAR Clause 52.211-6 (and other provisions and clauses throughout this solicitation) can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and claus es can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfars/. FAR provision 52.212-1 [Instructions to Offerors  Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) pro gram. The CCR can be accessed via the internet at www.ccr.gov/ . Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Factors: Technical Capability and Price. Technical Capability is significantly more important than Price. Provide the following information with your offer: 1. Technical Capability. If providing an equal, please comply with FAR Clause 52.2 11-6, Brand Name or Equal. NOTE: Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techni ques will be used will be considered insufficient. Insufficient explanations of how your company will comply with the above of this solicitation may cause your quote to receive a MARGINAL or UNSATISFACTORY rating. 2. Price. 3. Award will be on an all o r none basis. Evaluation Process: All quotes will be evaluated in accordance with the following criteria: 1. Each vendor will be evaluated on its Technical merit. Pricing will be evaluated to det ermine value offered for the price and the extent to which it is fair and reasonable in terms of the Governments requirement. The Government reserves the right to evaluate quoted prices on the basis of price realism and will consider quoted prices as an indication of understanding the scope and complexity of the Governments requirement. 2. The award decision will be based on the Best Value offered to the Government and not solely on price and price related factors. In making the award decision, the Co ntracting Officer will consider the evaluated rating of all factors. 3. Price could become the determinative selection factor if the quality of quotes is determined to be essentially equal, or if a quote deemed superior in technical quality is determined not to be worth the high price premium. The trade-off between technical merit and price could result in awarding to other than the low offeror. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their offer. FAR Clause 52.212-4 [Contract Terms and Conditions  Commercial Items] applies to this acquisition. FAR Claus e 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items] applies to this acquisition and the following sub-FAR Clauses apply: 52.219-6 [Notice of Total Small Business Set-Aside]; 52.222-3 [Convict La bor]; 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 Othe r 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]; 52.225-13 [Restrictions on Certain Foreign Purchase s]; 52.232-36 [Payment by Third Party]. DFARS Clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with the following sub DFARS clauses apply to this acquisition: DFARS 252.225-7001 [Buy American Act and Balance of Payment Program], 252.247-7023 [Transportation of Supplies by Sea]. The closing date and time of this solicitation is 20 December 2006, 4:00 P.M. Central Standard Time. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax quotes to Great Plains Regional Contracting Office (210) 916-1750 or 210-916-3040. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Maxine Coburn, phone: (210) 916-7741, e-mail Maxine.coburn@amedd.army.mil.
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
Country: US
 
Record
SN01195943-W 20061215/061213221023 (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.