Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

66 -- Automatic Immunoassay System, Reagents and Consumables

Notice Date
2/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of State, Regional Procurement Support Office - Frankfurt, American Consulate General, Regional Procurement Support Office Giessener Strasse 30, 60435 Frankfurt am Main, Germany, Washington, DC, 20522, UNITED STATES
 
ZIP Code
20522
 
Solicitation Number
SGE500-07-Q-1006
 
Response Due
3/6/2007
 
Point of Contact
Sum Chong, Procurement Assistant, Phone 49-6975353342, Fax 49-6975353317, - Graham Andrews, Contract Specialist, Phone 49-69-7535-3307, Fax 49-69-7535-3329,
 
E-Mail Address
ChongS@state.gov, AndrewsGS@state.gov
 
Description
1.This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 2.This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-14. 3.The Regional Procurement Support Office (RPSO) is acquiring an automated immonoassay system, reagents, controls and consumables for 7000 blood tests on behalf of the Security Assistance Office at the American Embassy Addis Ababa. The equipment is to be used at the Bella Defense Referral Hospital in Ethiopia. 4.This is a firm-fixed price type of contract. No additional sums will be payable on account of any escalation in the cost of materials, equipment or labor, or because the contractor?s failure to properly estimate or accurately predict the cost or difficulty of achieving the results required by the contract. 5.The price listed below shall include all labor, materials, overhead, profit, and transportation necessary to deliver the required equipment and to the American Embassy in Addis Ababa. The price includes the costs for installation and on-site training. 6.The price listed below shall include one year post installation warranty for two preventative maintenance services and emergency service/repair including costs for parts, labor and travel. 7.Potential offerors are to quote on the following line items: Equipment CLIN 0001 Automatic Immunoassay System 1 EA Reagents CLIN 0002 Reagents for 7000 Blood tests 1 LOT Controls CLIN 0003 Controls for 7000 Blood tests 1 LOT Consumables CLIN 0004 Consumbles for 7000 Blood Tests 1 LOT CLIN 0005 Est. Air Freight Cost 1 LOT CLIN 0006 Est. Inland Transportation Cost 1 LOT CLIN 0007 Installation Cost 1 LOT CLIN 0008 Training Cost 1 LOT Pricing of Optional Quantities CLIN 1001 Reagents for 7000 Blood Tests 1 LOT CLIN 1002 Controls for 7000 Blood Tests 1 LOT CLIN 1003 Consumbles for 7000 Blood Tests 1 LOT CLIN 1004 Post Warranty Service Contract for Maintenance Services for one year 1 LOT CLIN 1005 Estimated Air Freight Costs 1 LOT CLIN 1006 Estimated Inland Transportation Cost 1 LOT *The offeror shall attach a price breakdown list for reagents, controls and consumables required for 7000 blood tests. 8.Technical Specifications The system shall: 1. Be an automatic immunoassay system 2. Perform120 tests per hour 3. Have a broad testing menu 4. Have a full test menu for Hepatitis B and Hepatitis C 5. Have built in sensors for detecting sample integrity such as clots, foam and air bubbles 6. Be in 220 volts AC, 50/60Hz 7. Be able to detect HIV positive individuals during the serioconversion phase 8. Be able to interact with the SafeTrace System 9. Be able to process a variety of immunodiagnostic tests simultaneously 10. Be able to add tests while the instrument is running 11. Suggest a discrepancy resolution 12. Automatically pipettes the samples 13. Have a built in quality control system to simplify quality assurance review 14. Shall be able to complete the analysis of an emergency sample in less than 30 minutes 15. Be approved by the Ministry of Health in Ethiopia 16. compliant with World Health Organization (WHO) testing guidelines/regulations 9.Delivery Instructions The contractor is required to delivery the equipment, reagents, controls and consumables to the American Embassy in Addis Ababa. Installation and training services shall be provided at the Bella Defense Referral Hospital. The contractor shall deliver the items not later than 60 days after date of contract award. The contractor shall deliver optional quantities not later than 30 days after date of modification exercising the option for the increased quantity. The Embassy in Addis Ababa will assist with obtaining the VAT/duty free entry paperwork. Contractor shall fax the proforma invoices, packing lists and bill of ladings to 251-1-17-47-32 for General Services Office to facilitate customs clearance procedure as soon as possible. Proforma invoices, packing lists and shipment bill of ladings should all be marked with the contract number and the following address. American Embassy Addis Ababa Attn: Security Assistance Office PO Box 1014 Addis Ababa Ethiopia Crates or boxes should be labeled/marked: American Embassy Addis Ababa Attn: Security Assistance Office PO Box 1014 Addis Ababa Ethiopia The contractor is required to coordinate with the COR (Contracting Officer Representative): MAJ Charles McIntyre, for the delivery of installation and training services to the Bella Defense Referral Hospital in Ethiopia. MAJ Charles McIntyre, Chief, SAO Tel no. +251-1-55-25-58 Fax: 251-1-17-47-32 Email: McIntyreCT@state.gov The address of the hospital is as follows: Bella Defense Referral Hospital Yeka Kifle Ketema; Kebele 07 P.O.Box 772 Addis Ababa; Ethiopia 10.Special Payment Schedule The contractor shall send an invoice for air freight charges, inland transportation cost, reagents, controls, consumables, and for only 80% of the automatic immunoassay system?s cost, for all the supplies delivered and accepted at the American Embassy under the firm fixed-price stated in this contract. The contractor shall send the government the remaining invoice of 20% of the equipment?s cost after installation and training services have been performed. Transportation costs, Customs fee and inland transportation will be reimbursed based on actual costs supported by appropriate documents such as bills of lading and AWB's, freight bills, mail certificates, receipts etc. The contractor is required to mail these documents with your invoice to avoid unnecessary correspondence and delays. 11. Clauses FAR 52.212-1, Instructions to Offerors--Commercial Items (Jan 2006), applies to this acquisition. FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (SEP 2005), applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (SEPT 2006), applies to this acquisition. ). The following additional FAR clauses cited in the clause are applicable: 52.203-6 Restrictions on Subcontractors Sales to the Government (Jul 1995) 52.203-6 Alternate I (Oct 1995) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (Jan 2006) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer/Central Contractor Registration (Oct 2003) (xiii) The following clauses and provisions apply to this solicitation and are included by reference: 52.204-7 Central Contractor Registration (Jul 2006) 52.211-6 Brand Name or Equal (Aug 1999) 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.247-34 F.o.b. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-5 Authorized Deviations in Provisions (Apr 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.204-7004 Alternate A (Nov 2003) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2006) 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program (Jun 2006) 252.225-7041 Correspondence in English (Jun 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.232.7003 Electronic Submission of Payment Requests (May 2006) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.247-7023 Transportation of Supplies by Sea (May 2002) 252.247-7023 Alternate I & III * The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTML 12. Award will be made to the lowest priced, technical acceptable, responsible offeror. ? Technical capability, will be determined by whether the offerer is able to ? ? Deliver the equipment within 60 days after award ? Include the manufacturer or brand name, make and model of the product, manufacturer sales literature or other product literature which addresses all minimum specifications and clearly documents that the offered product meets the specifications stated above. ? Provide the name, address of local representation and a certificate/ letter from the manufacturer that the representative is authorized and qualified to provide installation, training services and to maintain the equipment ? Prove past experience and capability to supply, install and provide regular supplies and maintenance service for projects undertaken ? Provide certification by the Ministry of Health in Ethiopia ? Provide certification that the system is compliant with WHO?s testing guidelines/ regulations ? Provide reference of usage of the proposed equipment in Ethiopia 13. Quotes are due to this office no later than 1600Hrs, Central European Time, March 16,07. Quotes must be sent via e-mail to Chongs@state.gov. All quotes must include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor). Quotes must be valid for a period of no less than 30 days. Vendors shall indicate, by number of calendar days, the amount of time needed to deliver the items. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The point of contact for this combined synopsis/solicitation is Sum Chong via email ChongS@state.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-FEB-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-MAR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/State/RPSO-Germany/AmConGen-RPSO/SGE500-07-Q-1006/listing.html)
 
Place of Performance
Address: Bella Defense Referral Hospital Yeka Kifle Ketema; Kebele 07 P.O.Box 772 Addis Ababa Ethiopia
Country: ETHIOPIA
 
Record
SN01262646-F 20070331/070329225604 (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.