Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2006 FBO #1850
SOLICITATION NOTICE

65 -- Blood Test Reagents

Notice Date
12/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
325413 — In-Vitro Diagnostic Substance 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-07-T-0022
 
Response Due
12/29/2006
 
Archive Date
2/27/2007
 
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-07-T-0022 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 on a Standing Order Basis with shipments every 28 days beginning 1 January 2007 and ending 31 December 2007: (1) ORTHO CONFIDENCE SYSTEM KIT, (2) MTS DILUENT 2, (3) A/B/D/ CARDS  MTS115, (4) TIP MASTER TIPS  MTS9632, (5) MTS A/B/D & REVERSE CARD MTS0515, (6) MTS ANTI-IGG CARD MTS4024, (7) MTS DILUENT 2 PLUS MTS9325 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 re sponse to this solicitation will be considered. Responses will be used to determine whether bonafide competition exists. PERFORMANCE WORK STATEMENT: QTY UI UNIT PRICE TOTAL ITEM 0001: Ortho Confidence System Kit 720100 13 KIT ITEM 0002: MTS Diluent 2 MTS9225 13 BOX ITEM 0003 A/B/D CARDS  MTS115 96 PKG ITEM 0004: TIP MASTER TIPS MTS9632 39 PKG ITEM 0005: MTS A/B/D & Reverse Card MTS0515 39 PKG ITEM 0006: MTS Anti-IGG Card MTS4024 26 PKG 715280 ITEM 0007: MTS Diluent 2 Plus MTS 9325 13 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. Each ship ment to be made in its entirety prior to acceptance and with only one invoice for billing per shipment. 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 number 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 factors 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 prop osal must 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 evaluated 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 per formance 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 perfor mance 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 exi sts based 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 th e 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 current 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 p ast performance 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) FFAAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mmil/default.asp (5) 252.232-7003 METHOD OF SUBMMISSION OF OFFERS for this solicitation shall be addressed to North Atlantic Regional Contracting Office, ATTN: Anita Adcock, email anita.adcock@amedd.army.mil by Fax (910) 907-9307), NOT LATER THAN 29 December 2006 12 NOON, EDT. For techni cal questions, Government Point of Contact is Anita Adcock at 910-907-9303. .
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: Womack Army Medical Center, Contracting Office, Building 4-2817 Reilly Road Fort Bragg NC
Zip Code: 28310
Country: US
 
Record
SN01198982-W 20061220/061219103941 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.