SOLICITATION NOTICE
65 -- Automated Allergy Testing System
- Notice Date
- 1/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
- ZIP Code
- 96859-5000
- Solicitation Number
- W81K02-10-T-0007
- Response Due
- 2/1/2010
- Archive Date
- 4/2/2010
- Point of Contact
- Susan Martinez, 808-433-7004
- E-Mail Address
-
Pacific Regional Contr Ofc TAMC
(susan.martinez@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. The US Army Medical Command, Pacific Regional Contracting Office (PRCO), Tripler Army Medical Center, Hawaii intends to issue a sole source award to Phadia USA Inc., 4169 Commercial Ave., Portage, MI 49002-9701. This purchase includes: Lease of contractor owned allergy testing analyzer, ImmunoCap 250, to include equipment, reagents, training and maintenance necessary to perform automated allergy testing. Also includes the following: Immunocap Specific Ige Conjugate, Product # 10-9316-02, 41AF; Specific Ige, Anti-Ige ImmunoCap Carrier, Product # 14-4417-01, 41SI; ImmunoCap Specific Ige Calibrator Strip 0-100, Product # 10-9459-01, 41AS; ImmunoCap Specific Ige Curve Control Strip, Product # 10-9312-01, 41BX; ImmunoCap Specific Ige Control, Product # 10-9449-01, 41BX; : ImmunoCap Specific Ige Negative Control, Product # 10-9445-01, 41BX; Routine Allergen, 53GX; Esoteric Allergen, 53FX; Esoteric Allergen, 54DY; Esoteric Allergen, 54DX; Esoteric Allergen, 53EY; Esoteric Allergen, 53EX; Optimized Allergen, 53HX; Esoteric Allergen, 56XX; Recombinant Allergen, 57XX; ImmunoCap Total Ige Conjugate, Product # 10-9319-01, 41SF; ImmunoCap Total Ige Anti-Ige ImmunoCap, Product #14-4509-01, 41SI; ImmunoCap Total Ige Calibrator Strip, Product # 10-9387-01, 41SS; ImmunoCap Total Ige Curve Control Strip, Product # 10-9325-01, 41BX; Immunocap Total Ige Control (lmh), Product #10-9447-01, 41BX; ImmunoCap Development Solution, Product #10-9441-01, 41AD; ImmunoCap Stop Solution, Product #10-9442-01, 41AD; Washing Solution, Product #10-9202-01, 53KX; ImmunoCap Ige/Ecp/Tryptase Sample Diluent, Product # 10-9360-01; 53BS; ImmunoCap Specific Iga/Igg Sample Diluent, Product #10-9361-01; 53BS; ImmunoCap Fluoro C, Product #10-9264-01, 41FC; Esoteric Allergen, 53G; Shipping and handling, Routine Allergens, 53FR; Optimized Allergen, 53GO; Esoteric Allergen, 53DY; Routine Allergen, 54DR; Maintenance Solution, Product # 10-9476-01; 41AE. Salient Characteristics are: Analyzer and reagents must be FDA approved; analyzer and reagents must be compatible with existing usage at other Army Military Training Facilites (MTF); analyzer and reagents are physician recommended due to user(s) familiarity, training, experience and confidence of equipment. The NAICS Code/Size is 325413/500EM. The following clauses and addendum are incorporated and are to remain in full force in any resultant contract: FAR 52.212-4 [Contract Terms and Conditions Commercial Items]. FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.202-1 [Definitions], FAR 52.203-3 [Gratuities], 52.203-6 [Restrictions On Subcontractor Sales To The Government], 52.203-12 [Limitations on Payments To Influence Certain Federal Transaction], 52.204-4 [Printed or Copied Double-Sided on Recycled Paper], 52.209-6 [Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment], 52.219-6, [Notice of Total Small Business Set-Aside], 52.219-14 [Limitations on Subcontracting], 52.219-28 [Post-Award Small Business Program Representation], 52.222-3 [Convict Labor], 52.222-19 [Child Labor-Cooperation w/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 [Combatting Trafficking In Persons}, 52.225-13 [Restrictions on Certain Foreign Purchases], 52.232-17 [Interest], 52.232-23 [Assignment of Claims], 52.232-33 [Payment by Electronic Funds TransferCentral Contractor Registration], 52.233-3 [Protest After Award], 52.233-4 [Applicable Law for Breach of Contract Claim], 52.242-13 [Bankruptcy], 52.247-34 [F.O.B. Destination], 252.209-7004 [Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrrorist Country], 252.223-7006 [Prohibition on Storage and Disposal of Toxic and Hazardous Materials], 252.225-7001 [Buy America Act and Balance of Payments Program], 252.232-7003 [Electronic Submission of Payment Requests and Receiving Reports], 252.232-7010 [Levies on Contract Payments], 252.243-7002 [Requests for Equitable Adjustment]. The following clause(s) is/are hereby incorporated by full text: 52.217-9 [Option to Extend the Term of the Contract], 52.252-2 [Clauses Incorporated by Reference], 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)], 252.243-7001 [Pricing of Contract Modifications], H, W and 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation)]. Any firm believing itself capable of providing this system may respond by submitting a written narrative statement of capability within two (2) days of date of notice to Susan Martinez at Susan.Martinez@us.army.mil for consideration by the agency. Response must include detailed technical information and other technical literature demonstrating the ability to meet these requirements. Responses shall also include itemized pricing that is sufficient to make a determination that competition is feasible. No telephone or facsimile requests will be accepted. If no affirmative responses are received to determine whether a qualified source is more advantageous to the Government, an order will be placed with Phadia US, Inc. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the descretion of the Government. If no responses are received, PRCO will proceed with the sole source purchase order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/W81K02-10-T-0007/listing.html)
- Place of Performance
- Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
- Zip Code: 96859-5000
- Zip Code: 96859-5000
- Record
- SN02051514-W 20100130/100128234559-47ac483fa960f06613dcb9c42bac7108 (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 |