Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

Q -- Services of a Cell Saver Blood Transfusion Technician (non personal services)

Notice Date
9/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional 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-08-T-0152
 
Response Due
9/27/2008
 
Archive Date
11/26/2008
 
Point of Contact
sandra.z.bulls, 910.907.6954<br />
 
Small Business Set-Aside
Total Small Business
 
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. W91YTZ-08-T-0152 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. The Standard Industrial Classification Code is 8099 and the small business size standard is 500 employees. This is a total small business set-aside. The North American Industry Classification System Code is 621999. Womack Army Medical Center, Ft. Bragg, NC has a requirement for the following: The contractor shall the services of a skilled, trained Cell Saver Blood Transfusion Technician (non personal services), to provide quality perioperative autotransfusion services to include set up of the government provided cell saver unit (Medtronic ATLG110 w/vacuum) (or the contror's unit should the Government unit not be available) operate and provide related supplies used to perform blood collectin and transfusion IAW Womack Army Medical Center protocols, JCAHO, AABB, DEHEC and CAP and Attachment A and B: Statement of Work and HIPPA Confidentiality. This contract will be One year with 2 one year options 1 Oct 2008 - 30 Sep 2009, 1 Oct 2009 - 30 Sep 2010, 1 Oct 2010 - 30 Sep 2011. Prices quoted shall be FOB Destination according to FAR Clause 52.247-34 F.O.B Destination. The Government estimates 20 services per year. The offeror shall provide a Schedule of Fees for evaluation to iclude a stated discount in % from the standare fee price when the Gov provided cell saver is used. The fee schedule shall include, at a minimum, the fee for each of the following services which shall state in each fee requested, the number of hours included for that service and quantity of supplies included for that specifice service (a) Fee for Periopeerative collection and Processing Complete; (2) Fee for Standby with collection; (3) Fee for standby without collection; (4) complete with tabletop sequestration; (5) complete w/bag sequestration; (6) tabletop sequestration alone; (7) bag draw sequestration alone; (8) standby with tabletop sequestration; (9) standby w/bag draw. The Gov shall pay for only those services and supplies actually performed and used which are confirmed by the Womack Army Medical Center Contracting Officer's Representative. CLIN 0001 40 each. This CLIN will be priced at an average estimated basic rate of $1,200 per surgery as a basic charge. However, the provider will charge for only the services actually performed or supplies furnished in accordance with the fee schedule. CLIN 0002 Additional products used beyond the quantity included in each primary service. Additinal supplies used in excess of the quantity provided with each service in CLIN 0001 Fee Schedule. Sample listing: AAL Haemonetics 208, Cardiotomy Haemoneti cs 205, Cardiotomy Y Adapter - Sorin CYA, Citrate bag-Baxter 898Q, Filter-Leucocyte - Pall RCQT, Filter-Lipigard - Pall SB1E, Filter Regular, Pall SQ40S, Ratio Kit, Micromedics 4400, Sampling Site Coupler, Baxter 2405, Sequestration Kit, Medtronics 3 05, Syringe, 60 ml, Various Mfg Tip, sngl or dual spray, Micromedics 36xx, Transfer pack, Terumo CB71, Washwte - Sorin 225C, Washset - Haemonetics 263, and Y Connector-Sorin X5000. The Gov shall pay for only those services and supplies actually used. CLIN 0002 8000 each. This CLIN is set up as 8000 each @$1.00 to allow for partial billings of additional products against the contract during the contract period of performance. Example: 1 ea Syringe 60 mo $10.00; 1 ea Y Connector $10.00 The bill would show 20 each @ $1.00 = $20.00. CLIN 0003 4000 each Miscellaneous Charges: additional time - Charge for additional hours in increments or ? hour (per hour rate), Emergency (unscheduled) after 5pm, weekends, holidays (per hour rate), and cancellation w/less than 3 hours notice (flat fee charge $_____) This CLIN is up to 4000 each @$1.00 to allow for partial billings. Example: 1 hour additional time $20.00/hour, Emergency after 5:00 pm $100.00 billing would be 120 each @$1.00 = $120. Responses are to be emailed or faxed to Sandra Bulls Email: Sandra.Bulls@amedd.army.mil or FAX 910.907.9307 not later than 4:00 p.m. EST 27 Sep 08. A signed cover letter is required with the offer stating the offerors official address, and CAGE code. The following FAR Clauses and provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offeror-Commercial Items with the addendum that: The offer submitted shall include: (a) proposed prices; (b) Technical capability to include product literature, catalog price lists if available; (c) FAR 52.212-3 Offer Representations and Certifications-Commercial items, (Mar 2005) Offerors shall complete the representations and certifications electronically at hhtp://orca.bpn.gov/login.aspx; and (d) 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. Offers may submit any other information regarding specific contracts that they deem relevant to the evaluation of their past performance. FAR Clause 52.212-2 Evaluation Commercial Items, The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation 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 proposal must demonstrate it can meet all requirements in the specification. UNACCEPTABLE: A technical proposal that fails to demonstrate it can meet one or more requirements of the specification 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 performance 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 performance 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 exists 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 the 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. Verification of past 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 technical 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. FAR 52.212-3 (Mar 2005), Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer unless the offeror confirms the firm is registered in the ORCA database. The resulting firm fixed price award will incorporate the requirements of the following clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, paragraph (b) with applicable FAR Clauses: 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act; 52.232.33 Payment by Electronic Funds Transfer--Central Contractor Registration and FAR Clause 52.247-34 F.o.b Destination. DFAR Clauses: DFAR 252.204-7004 Alt A Central Contractor Registration NOTE: Contractors are required to update their CCR business size as it relates to the NAICS code for this solicitation which is 423450. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes&specifically para (a) 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests. FAR 52.252-1: for all referenced clauses/provisions, see web site http://www.arnet.gov/far or http://web2deskbook.osd.mil/default.asp.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bc49dfc5b315f71992b7a99e9024d7e8&tab=core&_cview=1)
 
Place of Performance
Address: North Atlantic Regional Contracting Office Womack Army Medical Center 2817 Reilly Rd. Fort Bragg NC<br />
Zip Code: 20310-5000<br />
 
Record
SN01679198-W 20080925/080923220850-bc49dfc5b315f71992b7a99e9024d7e8 (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.