Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2007 FBO #2182
SOLICITATION NOTICE

65 -- Purchase of Grifols Quest reagents and rental of Triturus EIA Analyzer for the Microbiology Department at Brooke Army Medical Center, Fort Sam Houston, TX

Notice Date
11/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
424210 — Drugs and Druggists' Sundries Merchant Wholesalers
 
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
W81NWY73028442
 
Response Due
11/23/2007
 
Archive Date
1/22/2008
 
Point of Contact
VIRGINIA GONZALES, 210-916-2873
 
E-Mail Address
Email your questions to Great Plains Regional Contracting Ofc
(virginia.gonzales@amedd.army.mil)
 
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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation W81NWY73028442 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This acquisition is solicited on an unrestricted basis for NAICS 424210, size standard 100 employees. Federal Acquisition Regulation (FAR) Clause 52.211-6 Brand Name or Equal applies to Grifols-Quest Inc. products listed below. NOTE: Request pricing for the Reagents listed below (base year) to include pricing for two 12 month option periods for the same Reagents through September 2010. Item No. Description Quantity Unit Unit Price Amount 0001 Wampole Toxo 5 Kits _________ __________ IGG-96, Cat# 425100CE 0002 Wampole Toxo 5 Kits _________ __________ IGM-96, Cat# 425150CE 0003 Wampole HSV 4 Kits _________ __________ IGG-96, Cat# 425400CE 0004 Wampole CMV 20 Kits _________ __________ IGG-96, Cat# 425200CE 0005 Wampole CMV 20 Kits _________ __________ IGM-96, Cat# 425250CE 0006 Wampole H.Pylori 30 Kits _________ __________ IGG-96, Cat# 446400CE 0007 Wampole EBV VCA (P-18) 15 Kits _________ __________ IGG Cat# 424700CE 0008 Wampole EBV VCA IGM 15 Kits _________ __________ Cat# 425760CE 0009 Wampole EBV Lyme 15 Kits _________ __________ IGG/IGM-96 Cat# 446580CE 0010 Wampole Mycoplasma 6 Kits _________ __________ IGG-96 Cat# 444800CE 0011 Wampole EBNA 15 Kits _________ __________ IGG-96 Cat# 425800CE 0012 Wampole Rubella 20 Kits _________ __________ IGG Cat# 425031CD 0013 Wampole VZ 15 Kits _________ __________ IGG-180 Cat# 425601CE 0014 Wampole Chlamydia 5 Kits _________ __________ IGG Cat# 446200 0015 Wampole Legionella 3 Kits _________ __________ IFA Sys Cat# 150016 0016 Wampole FTA-ABS 20 Kits _________ __________ Cat# 7001 0017 Wampole ADB 70 Kits _________ __________ Cat# 44D2 0018 Seraquest Rubella 4 Kits _________ __________ IGG-96 Cat# 01-100 0019 Seraquest VZV 4 Kits _________ __________ IGG-96 Cat# 01-180 0020 Seraquest Measles 4 Kits _________ __________ IGG-96, Cat# 01-190 0021 Seraquest Mumps 4 Kits _________ __________ IGG-96 Cat# 01-200 0022 Rental of Analyzer Each _________ __________ Triturus EIA Analyzer With PC, Monitor, Printer, UPS and Software CAT# 219500 SALIENT CHARACTERISTICS: OR EQUAL PRODUCTS SHALL BE COMPATIBLE WITH GRIFOLS-QUEST EQUIPMENT TRITURUS EIA ANALYZER CAT# 219500 WITH PC, MONITOR, PRINTER, UPS AND SOFTWARE. TRITURUS IS AN OPEN AND COMPLETELY AUTOMATED ELISA IMMUNOASSAY ANALYZER WHICH CAN P ERFORM A VARIETY OF DIFFERENT TESTS ON A SERIES OF SAMPLES AND PROCESS SEVERAL BATCHES SIMULTANEOUSLY. TRITURUS PERFORMS ALL STEPS OF ANY MICROPLATE ENZYME IMMUNOASSAY AND CAN BE PROGRAMMED FOR ALL STEPS OF ANY MICRO-WELL EIA TEST FROM ANY MANUFACTURER. TRITURUS CAN SIMULTANEOUSLY PERFORM UP TO EIGHT DIFFERENT TESTS PER BATCH ON A GIVEN SAMPLE OR GROUP OF SAMPLES. TRITURUS CAN INDEPENDENTLY SCHEDULE SEVERAL CONSECUTIVE GROUPS OF TESTS, RUNNING UP TO FOUR BATCHES SIMULTANEOUSLY. NEW WORK BATCHES CAN BE L OADED WHILE OTHER BATCHES ARE BEING PROCESSED AND BI-DIRECTIONAL HOST COMMUNICATION AND ON-LINE CONNECTION FOR DATA MANAGEMENT AND REPORTING. Performance Period: 1 November 2007 to 30 September 2008 with two 12 month option periods through September 2010 to Brooke Army Medical Center, Medical Supply Officer, Warehouse Receiving Dock Bldg 3600, 3851 Roger Brooke Drive, Fort Sam Houston TX 78234- 6200. FOB: Destination. Vendors shall comply with FAR 52.211-6 if submitting other than the brand name products. 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 clauses can be viewed at Internet address: http://www .acq.osd.mil/dpap/dars/dfars/. Federal Acquisition Regulation (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 C ontractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation of Quotes: The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to this solicitation, provides the Best Value to the Government. Award will be on an all or none basis. All q uotes will be evaluated in accordance with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6 if vendor offers and Equal Product) and Price, with Technical Capability being significantly more important th an Price. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The award decision will be based on the quote that provides the Best Value to the Government. Vendors shall include a completed copy of FAR provision 52.212-3 [Offeror Representations and Certifications-Commercial Items] with their quote. 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] and the following sub FAR clauses apply to this acquisition: 52.203-6 [Restrictions on Subcontractor Sales to the Government, Alternate I]; 52 .219-8 [Utilization of Small Business Concerns]; 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor  Cooperation with Authorities and Remedies]; 52.222-21 [Prohib ition 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 Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions on Certain Foreign Purchases]; 52 .232-33 [Payment by Electronic Funds Transfer-Central Contractor Registration]. Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to D efense Acquisitions of Commercial Items] with the following sub FAR and DFARS clauses apply to this acquisition: 52.203-3 [Gratuities]; 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.225-7012 [Preference for Certain Domestic Commodit ies]; 252.225-7021 [Trade Agreements]; 252.232-7003 [Electronic Submission of Payment Requests]; 252.243-7002 [Requests for Equitable Adjustment]; 252.247-7023 [Transportation of Supplies by Sea]. DFARS clause 252.211-7003 [Item Identification and Evalua tion] applies. The closing date and time of this solicitation is 23 November 2007, 4:00 p.m. CST. Quotes shall be submitted on company letterhead and signed by a company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (ma il: Great Plains Regional Contracting Office, Attn: Virginia Gonzales, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 916-1750, Attn: Virginia Gonzales; e-mail: virginia.gonzales@amedd.army.mil). Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: Virginia Gonzales, telephone: (210) 916-2873; email: Virginia.Gonzales@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
SN01453224-W 20071117/071115225052 (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.