Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

65 -- Clinical laboratory results for Vitamin D as well as CMV IGG, CMV IGM, TOXO IGG, TOXO IGM, Borella Bergdorferri Lyme, and VZV.

Notice Date
2/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
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
N62645-09-T-0105
 
Archive Date
3/21/2009
 
Point of Contact
Russell J Grabill,, Phone: 301-619-3011, Tim Moffatt,, Phone: (301) 619-7468
 
E-Mail Address
russell.grabill@med.navy.mil, tim.moffatt@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 under the test program for commercial items found at FAR 13.501, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N62645-09-T-0105. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-30 and DFARS Change Notice 20090115. 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 423450 and the Small Business Standard is 100. This is a competitive, unrestricted action. This action is for Brand Name Only (BNO) Cardinal Health due to the requirement for clinical laboratory results for Vitamin D as well as CMV IGG, CMV IGM, TOXO IGG, TOXO IGM, Borella Bergdorferri Lyme, and VZV. In order to produce the volume of test results anticipated an automated testing system, reagents, and other applicable support components necessary to perform the testing are required. The anticipated minimum and estimated maximum quantities of each test over the 48 month period of the desired requirements IDC contract are as follows; Vitamin D (Min: 6,000, Est. Max: 144,000), VZV (Min: 3,000, Est. Max: 72,000), Borella Bergdorferri Lyme (Min: 1,800, Est. Max: 24,000), CMV IGG (Min: 400, Est. Max: 6,000), CMV IGM (Min: 200, Est. Max: 4,000), TOXO IGG (Min: 300, Est. Max: 4,000), and TOXO IGM (Min: 100, Est. Max: 4,000). In addition, the automated testing system, reagents, and other applicable support components must be delivered to the National Naval Medical Center Bethesda Maryland. As such, FDA clearance to market (510(k)) is required for both the equipment and reagents. The Naval Medical Logistics Command (NMLC) requests responses from qualified sources capable of providing the BNO Cardinal Health automated testing system, reagents, and other applicable support equipment. Responsibility and Inspection; unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR and DFAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offeror’s - 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, 52.219-9, 52.219-16, 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; 52.216-18/19/22; 52.225-13, Restrictions on Certain Foreign Purchases; 52.247-34, F.O.B. Destination. Quoters are reminded to include, with quote, a completed copy of 52.212-3 and a completed small business subcontracting plan. All clauses shall be incorporated by reference in the order. 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 4:00 p.m. Eastern Standard Time on 6 March 2009. Contact Russell Grabill at the Naval Medical Logistics Command, 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. Award will be made on an “all or none” basis for vendors able to provide all of the BNO Cardinal Health items required to meet the testing listed in this combined synopsis/solicitation. 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/. Evaluation factors for award. NMLC intends to award based on Low Price/Technically Acceptable (LPTA) (exactly brand name only items required). Evaluation of price will be based on the offerors total price for all line items needed to meet the testing requirements stated in this combined synopsis/solicitation. This acquisition is being conducted under FAR 13.5 Commercial Test Program. Past Performance is not an evaluation factor for this acquisition. Price is important as the Government intends to award to the low priced offeror offering the required items. The government intends to evaluate proposals and award without discussions with offeror’s. Therefore, the offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Business quote instructions. Offeror’s shall price each Contract Line Item Number (CLIN) and shall submit firm-fixed pricing for all CLINS, otherwise quote will be determined to be substantially incomplete and not warrant any further consideration. If not separately priced for a CLIN, then this must be stated. This acquisition is for Brand Name Only, and no substitutions will be allowed and all items must be offered. Shipping shall be FOB Destination to the National Naval Medical Center Bethesda Maryland.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e5256c15ded27e2dadbf4c8c690f362b&tab=core&_cview=1)
 
Place of Performance
Address: National Naval Medical Center, 8901 Wisconsin Ave, Bethesda, Maryland, 20889, United States
Zip Code: 20889
 
Record
SN01758734-W 20090301/090227220039-e5256c15ded27e2dadbf4c8c690f362b (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.