Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

65 -- Blood Anticoagulant Solution and Blood Sampling Sets

Notice Date
9/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, 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
W81NWY8151140
 
Response Due
9/8/2008
 
Archive Date
11/7/2008
 
Point of Contact
James Metzger, 210-221-5022<br />
 
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. Combined Synopsis/Solicitation W81NWY8151400 is issued as a request for quotation (RFQ). This requirement is subject to the availability of funds. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is solicited on an unrestricted basis for NAICS 325413, size standard 500 employees. All responsible sources may submit a quotation which shall be considered by the agency. Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. Award will be all or none. FAR provisions and clauses 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/dfarspgi/current/index.html The requirements of this solicitation are for Blood Anticoagulation Solution and Blood Sampling Sets. Delivery is to Ackeroyd Blood Donor Center, Fort Sam Houston TX 78234, FOB Destination. Payment will be via the Government-wide Purchase Card. Item no. 0001: ANTICOAGULANT CITRATE DEXTROSE SOLUTION, Gambro Inc. product no. 777-967-000 or equal, 72 cases, (twelve 750 ML bags per case). Required delivery: 6 cases per month on or before the 15th of each month. Salient characteristics: Anticoagulant citrate dextrose solution for use in the collection of red blood cells, platelets, and plasma on automated apheresis equipment. Also for use in the collection of platelets, plasma, and mononuclear cells, and for therapeutic apheresis procedures on apheresis equipment. Each 100 mL contains Dextrose Monohydrate USP: 2.45g, Sodium Citrate Dihydrate USP: 2.2g, Citric Acid Anhydrous USP 0.73g, in Water for Injection USP. Sterile, non-pyrogenic for use only with automated apheresis devices. Single use bags, 750 mL total volume. Must be compatible with Trima (registered) automated blood collection system and COBE (registgered) Spectra (trademark) apheresis system. Item no. 0002: TRIMA ACCEL ENHANCED PLATELET, PLASMA, RBC SET, Gambro Inc. product no. CPT1342 or equal, 156 cases, (6 sets per case). Required delivery: 13 cases per month on or before the 15th of each month. Salient characteristics: Integrated platelet, plasma, RBC sampling set with standard blood bag labeling. Set includes pre-attached sampling sytem with needle and bottle adapter for transfer of sample to the culture media. 10 mL reservoir with 0.5 mL increments for accurate delivery of sample. Self-aligning bottle adapter enabling fail-safe inoculation. Flow control for accurate sample transfer. Protection layers for user safety. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. Evaluation of Quotations: a. The Government will issue an order resulting from this solicitation to the responsible contractor with satisfactory past performance whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. 2. Price. 3. Vendors shall submit quotes to the following address: Great Plains Regional Contracting Office MCAA-GP BAMC / Attn: James Metzger 3851 Roger Brooke Drive, Room L31-9V Fort Sam Houston, TX 78234-6200 Quotes must be submitted to the mailing address above; by fax: (210) 221-5359 or (210) 221-3446, Attn: James Metzger; or email: james.metzger@us.army.mil 4. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. The following FAR and DFARS provisions and clauses apply to this solicitation: FAR 52.211-6 [Brand Name or Equal]; 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] with these sub clauses: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.219-8 [Utilization of Small Business Concerns], 52.222-3 [Convict Labor], 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 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], 52.222-50 [Combating Trafficking in Persons]; 52.225-3 [Buy American Act-Free Trade Agreements-Israeli Trade Act], 52.225-13 [Restrictions on Certain Foreign Purchases], 52.232-36 [Payment by Third Party]; DFARS 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; 252.212-7000 [Offeror Representations and Commercial Items]; 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with these sub clauses: 52.203-3 [Gratuities], 252.225-7001 [Buy American Act and Balance of Payments Program], 252.225-7012 [Preference for Certain Domestic Commodities], 252.243.7002 [Requests for Equitable Adjustment], 252.247-7023 [Transportation of Supplies by Sea]. In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 [Preference for Domestic Specialty Metals, Alternate I], 252.237-7019 [Training for Contractor Personnel Interacting with Detainees], 252.247-7023 [Transportation of Supplies by Sea], 252.247-7024 [Notification of Transportation of Supplies by Sea]. Full Text Clauses: 52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) The closing date and time of this solicitation is 08 September 2008, 4:00 p.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: James Metzger, 3851 Roger Brooke Drive L31-9V, Fort Sam Houston TX 78234-6200; fax: (210) 221-5359, Attn: James Metzger; e-mail: james.metzger@us.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: James Metzger, telephone: (210) 221-5022; email: james.metzger@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e895b705b8343b43940be0d0b8c0a54d&tab=core&_cview=1)
 
Place of Performance
Address: Brooke Army Medical Center . Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01658872-W 20080905/080903224530-e895b705b8343b43940be0d0b8c0a54d (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.