Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2009 FBO #2905
SOLICITATION NOTICE

W -- AUTOMATED IMMUNIZATION MULTIPLEXING SYSTEM

Notice Date
11/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
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
W81K00-10-T-0011
 
Response Due
11/16/2009
 
Archive Date
1/15/2010
 
Point of Contact
jroeck, 210-221-4648
 
E-Mail Address
Great Plains Regional Contracting Ofc
(john.roeck@us.army.mil)
 
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. Combined Synopsis/Solicitation W81K00-10-T-0011 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This acquisition is solicited for small business set-aside under NAICS 532490. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for lease of an automated immunization multiplexing system for use at Brooke Army Medical Center, Fort Sam Houston TX 78234. Required FOB Destination, base year and 4 option years for period 1 Dec 2009 through 30 September 2014. Line item no. 0001: Leasing of an Automated Immunoassay multiplexing system, or equal, 1 each Salient characteristics of line item 1: "Fully automated system for AtheNA multi-lyte and ELISA assays "Software interface and computer terminal tie-in "Individual probe that independently: oDetect liquid levels oHandle sample transfers oManage reagent additions "Inventory optimization by using one set of bottle from a single kit "Removable sample racks for up to 240 samples "Flexibility of multiple tube sizes in one carrier (10 x 55 to 16 x 100) "Sample tracking via positive-ID fixed bar code scanner which supports common bar code types "Automated plate carrier arm which performs: oMovement of plates through incubation, wash, and reagent addition oWash micoplates in appropriate onboard washers oMove plates into appropriate reader to generate results "System contains the following components integrated into platform: oLiquid handling probes oTip washing station oFilterplate washer oReagent rack oFixed bar code reader oAutomated plate carrier arm oMicroplate washer oAtheNA multi-Lyte analyzer oELISA reader oShaker The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-1 [Instructions to Offerors]; Addendum 52.212-1; 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 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. The closing date and time of this solicitation is 16 November 2009, 10:00 a.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: John Roeck, 3851 Roger Brooke Drive, bldg 1103, Fort Sam Houston TX 78234-6200; fax: (210) 221-5359. 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: John Roeck, 210-221-4648; e-mail: john.roeck@us.army.mil. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor 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. Prospective contractors shall demonstrate that the system offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. End Addendum 52.212-1; 52.212-4 [Contract Terms and Conditions Commercial Items]; Addendum 52.212-4; 52.211-6 [Brand Name or Equal]; 52.212-2 [Evaluation-Commercial Items]; 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 52.219-1 [Small Business Program Representations]; 52.237-2 [Protection of Government Buildings; Equipment, and Vegetation]; 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; 252.212-7000 [Offeror Representations and Certifications-Commercial Items] 252.225-7031 [Secondary Arab Boycott of Israel]; 252.232-7010 [Levies on Contract Payments]; 252.243-7001 [Pricing of Contract Modifications]; End Addendum 52.212-4; 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items] with sub clauses: 52.219-6 [Notice of Total Small Business Set-Aside]; 52.219-8 [Utilization of Small Business Concerns] 52.219-28 [Post Award Small Business Program Representation] 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 of the Vietnam Era and Other Eligible Veterans], 52.222-50 [Combating Trafficking in Persons], 52.225-3 [Buy American Act-Free Trade Agreements-Israeli Trade Act], 52.225-18 [Place of Manufacture] 52.225-13 [Restrictions of Certain Foreign Purchases], 52.232-36 [Payment by third party] 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with sub clauses: 252.225-7001 {Buy American Act and Balance of Payments Program], 252.247-7023 [Transportation of Supplies by Sea Alternate III] (end)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-10-T-0011/listing.html)
 
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
 
Record
SN01998883-W 20091107/091105235717-5f78f4847e1736883212b8999a1f1fc2 (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.