Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2010 FBO #3018
SOLICITATION NOTICE

65 -- Fort Drum NY Contracting Cell, intends to award multiple Blanket Purchase Agreements(BPAs) for Blood/Tissue products

Notice Date
2/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
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
W91YTZ10T0027
 
Response Due
9/30/2010
 
Archive Date
11/29/2010
 
Point of Contact
Kelly Haukaas, (315)772-1557
 
E-Mail Address
Medcom Contracting Center North Atlantic
(kelly.haukaas@us.army.mil)
 
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. Northern Region Contracting Office (NRCO), Fort Drum cell, intends to award multiple Blanket Purchase Agreements (BPAs) for Blood/Tissue products, prepared in accordance with FAR Part 12 Commercial Items & FAR Part 13 Simplified Acquisition Procedures, and as supplemented with additional information included in this notice. NRCO intents to award multiple BPAs. NRCO is requesting product catalogs and pricing for blood/tissue products from interested, FDA approved Vendors, both Large and Small Businesses. Vendors should read the below Blanket Purchase Agreement and contact NRCO, if interested. Primary NAICS Code is 621511 Medical Laboratories. FSC Code is 6505 for Medical Blood and Tissue Derivatives. To be eligible to receive an agreement with the federal government, interested parties must register in the Central Contractor Registration (CCR) online at www.ccr.gov The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete FAR 52.212-3 Offerors Representations and Certifications- Commercial Items or do so on-line at http://orca.bpn.gov. The following clauses apply to this acquisition: 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 including subparagraphs: 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, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-50 Combat Trafficking in Persons, 52.225-3 Buy American ActFree Trade, Agreements, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following DFARS clauses apply: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, including the following subparagraphs: 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III. 252.232-7010 Levies on Contract Payments, 252.211-7003 Item Identification and Valuation, FAR 52.252-2 Clauses Incorporated by Reference; Army Electronic Invoicing Instructions for required use of Wide Area Work Flow. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. These include, but are not limited to, changes in the accounting and appropriation data, payment and issuing office addresses and other corrections that have no effect on the terms and conditions of the contract The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far All vendors will be required to accept payment by Credit Card. ORDERING PROCEDURES: All BPA holders will initially be issued a lump sum BPA Call of $25,000.00. Subsequent Calls will be placed as needed. As patient requirements for blood/tissue product occur, the West Point Medical Supply Dept will rotate contacting the various BPA holders for these products, and depending on the availability and delivery time of the products, will schedule the delivery accordingly. ALL INTERESTED FDA-APPROVED CONTRACTORS SHALL FILL OUT THE ATTACHED BLANKET PURCHASE AGREEMENT AND PROVIDE A PRODUCT CATALOG WITH CURRENT PRICING, INCLUDING APPLICABLE GOVERNMENT DISCOUNTS, QUANTITY ORDERING DISCOUNTS, OR OTHER APPLICABLE DISCOUNTS. Responses can be submitted now through 30 September 2010, 10:00 AM, LOCAL Eastern Standard Time. Submit information via email to kelly.haukaas@us.army.mil or phone: 315-772-1557 BLANKET PURCHASE AGREEMENT (BPA) Between Contractor And Northern Region Contracting Office Walter Reed Army Medical Center (Fort Drum NY cell) Washington, DC 20307 (1) AUTHORITY This agreement is established in accordance with FAR 13.303, Blanket Purchase Agreements (BPA). It will be reviewed by the Contracting Officer at least once annually prior to the anniversary of the effective date, and revised to conform with all requirements of Statutes, Executive Orders, or the Federal Acquisition Regulation as updates occur. Any revisions will be incorporated by modification to this BPA. (2) DESCRIPTION OF AGREEMENT a. The FDA-approved contractor shall provide blood/tissue product to the Medical Supply Warehouse at Keller ACH, West Point NY 10996. This agreement shall be in effect for a term of five (5) years. The Agreement terms and conditions may be renegotiated annually prior to the anniversary of the effective date of the agreement. Either party may terminate this agreement by giving thirty (30) days written notice b. The contractors submitted product catalog and pricing (TO INCLUDE ALL APPLICABLE DISCOUNTS) is incorporated into this Agreement, and all BPA Calls will utilize this pricing. Any updates or changes to the product catalogs or pricing must be approved by the Contracting Officer for incorporation into this Agreement. The contractor must allow thirty (30) days for the incorporation of a revised catalog to be incorporated into the Agreement. (3) EXTENT OF OBLIGATION a. This Blanket Purchase Agreements (BPA) does not obligate any funds. The Government will be obligated only to the extent that authorized BPA calls are actually made under this agreement. The Medical Supply Warehouse which orders blood/tissue product will be responsible for payment of any obligation via GPC (Government Purchase Card) or DFAS Rome (Army Vendor Pay). b. Purchase Limitation: BPA Call Limit=$25,000.00 BPA Master Dollar Limit=$2,000,000.00 (for life of Agreement) (4) ORDERING PROCEDURES a. All BPA holders will be awarded a BPA Call up to $ 25,000. As patient requirements for blood/tissue product occur, the West Point Medical Supply warehouse will rotate contacting the various BPA holders for these products, and depending on the availability and delivery time of the products, will schedule the delivery accordingly. (5) Individuals Authorized to Schedule Deliveries Under the BPA a. Each BPA Call will identify the names of the individuals authorized to schedule deliveries under this Agreement. Only authorized Government employees who have been specifically named by the Contracting Officer may schedule deliveries under this agreement. STRICT COMPLIANCE WITH THIS STIPULATION IS IMPERATIVE. b. Each order under this agreement will be assigned a Call number by the Northern Regional Contracting Office. Invoices shall reflect BPA number and Call number. Deliveries will be scheduled by West Point Medical Supply warehouse and a call number will be associated with each delivery. c. Orders will be placed telephonically to: _______________________ or _________________________ referencing Account Number: _____________________. (6) DELIVERY TICKETS/PACKAGING a. All deliveries shall contain the following information: a. Name of Supplier b. BPA Number c. Date of Surgery/Procedure d. Itemized list of supplies furnished b. Upon use of the contractors product, DOL will send the contractor a DA Form 3953 or Ordering form to document acceptance of the product. The DA Form 3953 or the Ordering form will include the BPA Number and BPA Call Number. (7) SHIPPING The contractor shall ship directly to the following address: Medical Supply Warehouse CL VIII 813 West Moore Loop West Point New York 10996 Freight shall be prepaid and added to each invoice, if applicable. In most cases, deliveries shall occur within 24 hours of Medical Supply scheduling a delivery. All blood/tissue products shall be delivered at least one hour prior to any scheduled surgical procedure. (8) INVOICES a. Within 30 days of a surgery/procedure, the contractor shall submit a hard copy invoice to DOL with the following information: a. Name of Supplier b. BPA Number/Call number c. Date of Purchase d. Itemized list of supplies furnished e. Quantity, unit price, and extension of each item less applicable discounts, if applicable f. Date of delivery or shipment b. Submit the invoice to the following address: Medical Supply Warehouse CL VIII 813 West Moore Loop West Point New York 10996 (9) PAYMENT METHOLOGY a. BPA Calls will either be paid by Credit Card. THE FOLLOWING CLAUSE WILL BE INCLUDED IN THE BPA. CREDIT CARD PAYMENT INSTRUCTIONS This order shall be paid by Government credit card (GPC). The current Government credit card is VISA. All costs associated with the use of the credit card i.e. transaction fees, must be included in the price for the appropriate CLIN. See also FAR 52.232-36. Invoice shall itemize products used, showing the price for each product and the number utilized. If transportation charge is not included in the cost of the product, it must be prepaid and added to the invoice as a separate item. Invoice and credit card charge shall reflect the PO number. Submit invoice to: Medical Supply Warehouse CL VIII 813 West Moore Loop West Point New York 10996 Credit card charges shall not be processed until the invoice has been certified and the cardholder has authorized payment. Payment amount must be based on actual surgery usage. If usage amount differs from amount stated within this contract, Medical Supply warehouse will submit a copy of the invoice to this office and the contract will be modified accordingly. Contracting POC: Sherry Breton (315)772-1559, sherry.breton@us.army.mil Receiving and Payment POC: TBD (10) CUSTOMER SERVICE The contractors authorized Sales Representatives are as follows: _________________________ ________________________ _________________________ Name Phone Email _________________________ ________________________ _________________________ Name Phone Email The contractors Government Representative is: _________________________ ________________________ _________________________ Name Phone Email The contractors Billing/Accounting Representative is: _________________________ ________________________ _________________________ Name Phone Email The contractor shall ensure that all customer service numbers are updated periodically to both the Medical Supply warehouse and the Contracting Office. (11) WARRANTY PROVISIONS/RETURNS Return Policy: Due to the nature of the Medical Products being procured under this agreement, the contractor shall ensure that all deliverables are in compliance with Medical and FDA Regulations. The contractor/Sales Representative shall provide a replacement immediately if a deliverable is determined unsatisfactory in accordance with Medical Standards. Products purchased in a kit or set cannot be returned as individual components. A return evaluation number must be obtained prior to returning any product and should be used on the shipping label and on any correspondence in the package. All returned products shall be credited to the applicable call number and Government Purchase Card ordering account. (12) PROMOTION The contractor agrees it shall not advertise the use of this BPA in such a manner as to state or imply that Keller ACH, West Point endorses a product, project, or commercial product line. (13) HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT OF 1996, PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION (Mar 2008) will be incorporated into the Blanket Purchase Agreement and is available for review upon request. Contracting Office Address: Northern Regional Contracting Office, ATTN: Kelly Haukaas, BLDG T-20, 6900 Georgia Ave NW, Washington, DC 20307-0003 Place of Performance: Keller Army Community Hospital, Medical Supply Warehouse, 813 West Moore Loop, West Point NY 10996 US Point of Contact(s): Kelly Haukaas, 315-772-1557 kelly.haukaas@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ10T0027/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
 
Record
SN02078144-W 20100228/100226235943-a8c6679018923502b989ea6a92633dab (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.