Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

65 -- Total Parenteral Nutrition (TPN)

Notice Date
8/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, Maryland, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-08-T-0256
 
Archive Date
9/23/2008
 
Point of Contact
Rebecca C. Wisner,, Phone: 301-619-8413, Russell J Grabill,, Phone: 301-619-3011
 
E-Mail Address
rebecca.wisner@med.navy.mil, russell.grabill@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures at FAR 13.106-1, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation, paper copies of this solicitation will not be available. The RFQ number is N62645-08-T-0256. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080818. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/index.htm. The NAICS code is 325412 and the Small Business Standard is 750. This is a competitive, unrestricted action. The Naval Medical Logistics Command requests responses from qualified sources capable of providing patient-specific adult and neonatal total parenteral nutrition (TPN) to the National Naval Medical Center (NNMC) Bethesda, MD on a daily basis, in quantities as follows; (A) 1,100 TPN Adult Freamine, Trophamine, Hepatmine, Neophramine HBC 2502 – 3000ml (Mixture is based on patient specific weight and medical condition). (B) 2,220 TPN NICU Pediatric/Neonatal Preamine, Trophamine, Hepatamine, Nephramine (Mixture is based on patient specific weight and medical condition). (C) 550 Non-patient specific “stock” TPN Bags (Mixture of Stock TPN’s are non-patient specific). The contractor shall; (1) Accept fully-customizable, patient-specific TPN orders through PC entry or fax. (2) Provide a means to ensure safety by allowing the customer to set minimum and maximum levels of ingredients, view calcium phosphate solubility curves, and set and view osmolarity limits. (3) Compound patient-specific adult and neonatal total parenteral nutrition in compliance with USP <797> Standards. (4) Conduct in-process product testing for all sterile products, including identity, sterility, and potency testing. (5) Deliver TPNs directly to the NNMC pharmacy within (4) four hours of receipt of order. (6) Provide an estimated ten (10) customizable stock TPNs for emergency use to NNMC upon request, via personal delivery or a mail service. (7) Provide a means to replenish the stock TPNs at a minimum on a weekly basis, up to daily if needed. (8) Utilize a Quality Assurance Program and provide NNMC with quarterly statistics of quality assurance. (9) Provide customer direct customer support during normal business hours (0800 to 1600), Monday through Sunday. (10) Process orders up to 7 days per week during normal business hours, 365 days a year, including Federal Holidays. The desired period of performance of a contract resulting from this combined synopsis/solicitation will be from 01 October 2008 to 30 September 2009. Preparation of TPNs shall take place at the contractors’ local offsite facility. The final product shall be delivered to the NNMC, Pharmacy Department, Building 9, 2nd Deck, 8901 Wisconsin Avenue Bethesda, Maryland, 20889-5600. The following FAR and DFAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions – Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33, 52.247-64; 52.225-13, Restrictions on Certain Foreign Purchases; 52.247-34, F.O.B. Destination. Quoters are reminded to include a completed copy of 52.212-3 with quotes. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.232-7003, and 252.247-7023. This announcement will close at 1600 (4:00 p.m.) Eastern Standard Time on 8 September 2008. Contact Russell Grabill, who can be reached at russell.grabill@med.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote, which shall be considered by the agency. If applicable: 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The final contract award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. All quotes shall include a price break down of possible TPN compounds, total price, FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=52fd0e90dfee8847b91f324f1d802c44&tab=core&_cview=1)
 
Place of Performance
Address: 1681 Nelson Street-Code-02, Fort Detrick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN01654318-W 20080830/080828222551-52fd0e90dfee8847b91f324f1d802c44 (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.