Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
MODIFICATION

65 -- ATNAA Order

Notice Date
4/15/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 N Ft Myer DR, Arlington, VA 22209
 
ZIP Code
22209
 
Solicitation Number
6025050086_01
 
Response Due
4/16/2010
 
Archive Date
10/13/2010
 
Point of Contact
Name: Renee Hill, Title: Contract Specialist, Phone: 7038756747, Fax:
 
E-Mail Address
hillrm@state.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 6025050086_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 325411 with a small business size standard of 750.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-04-16 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The Department of State requires the following items, Meet or Exceed, to the following: LI 001, Antidote Treatment, Nerve Agent AutoInjector (ATNAA) or equivalent. ATNAAs would be broken down and shipped to individual posts via registered Diplomatic Pouch. Seller will be required to provide a spreadsheet to the Office of Medical Services that shows number of ATNAAs shipped to each post, lot numbers, expiration date, and pouch registry number. The ATNAAs are manufactured by Meridian Medical Technologies. The civilian version of the ATNAA is the DuoDote., 40724, EA; LI 002, Cabinet, 15" x 15" x 8", Surface Mount, includes safety clasp, Textured white epoxy finish, 1/8" Acrylic window, and 4 equal sized compartments inside - no alarm required. See attached sheet for cabinet required, or equivalent cabinet. Shipment needs to be made directly to the NY Despatch Agent, Miami Despatch Agent, or Seattle Despatch Agent as appropriate based on locations of where items are to be shipped. See attachment for additional information., 353, EA; LI 003, Special Shipping/Handling Instructions. Seller MUST adhere to the special shipping/handling instructions, this is a requirement in order to bid. Vendor must break down and repackage the ATNAAs so each post gets the required amount; see attachment for additional information. Seller must ship the ATNAAs through the Pouch system and must agree to ship the cabinets to the appropriate Despatch Agent for shipment overseas. Seller will use Registered Pouch so that shipment can be tracked. Buyer will coordinate with the Despatch Agent for shipment of the cabinets. Buyer will pay the Despatch agent through a separate fiscal strip for shipment overseas. Those ATNAAs identified for MED Washington will be shipped to CONUS to SA-1, L101 (Washington, DC 20037)., 1, LOT; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to hillrm@state.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. offerors require additional clarification, notify FedBid at 877-9FEDBID (877-933-3243); email clientservices@fedbid.com or Renee Hill at hillrm@state.gov. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. Special Shipping/Handling Instructions. Seller MUST adhere to the special shipping/handling instructions required. Vendor must break down and repackage the ATNAAs so each post gets the required amount. Vendor must ship the ATNAAs through the Pouch system and must agree to ship the cabinets to the appropriate Despatch Agent for shipment overseas. Seller will use Registered Pouch so that shipment can be tracked. Buyer will coordinate with the Despatch Agent for shipment of the cabinets. Buyer will pay the Despatch agent through a separate fiscal strip for shipment overseas. Those ATNAAs identified for MED Washington will be shipped to CONUS to SA-1, L101 (Washington, DC 20037). Question 1: What are there additional special shipping/handling instructions, other than those shown? Answer 1: We would need the ATNNAs broken down into the appropriate numbers for shipment to the individual embassy or consulate overseas. Question 2: Is special packaging required, or is a standard shipping carton acceptable? Answer 2: Standard shipping carton is suitable.Question 3: What is the process for the Registered Diplomatic Pouch system? Please provide a detailed description of the Registered Diplomatic Pouch system. The Diplomatic Pouch system is very similar to the APO system except that diplomatic cargo does not go through customs. Answer 3: Items are shipped to the appropriate address in Washington DC and are forwarded to the individual embassy or consulate via air cargo. Upon receipt, the cargo is unloaded with embassy personnel there to supervise unloading and the pouch items are taken to the embassy or consulate.The DuoDote Auto-Injectors fall under ITAR regulations which require an Export license from the DDTC.Question 4: Are any special registrations or permits required to have access to the Diplomatic Pouch system? Answer 4: No. But we would want boxes to be sent registered pouch. Registration pads would be provided so that they can be sent registered. Question 5: Are standard international shipping fees associated with the Registered Diplomatic Pouch shipments or do they function like military APO? Answer 5: There are no international shipping fees associated with the Diplomatic Pouch. Question 6: Is a common courier appropriate? Answer 6: In relationship to the delivery of the items to the Pouch address, yes. Question 7: Are other medical supplies transported using the Registered Diplomatic Pouch system? That would be a good model if Mark I Kits were transported that way. Answer 7: Yes, medical items are routinely sent via pouch to include medications, medical equipment, and medical supplies. Question 8: Should the shipping and handling fees be shown as a separate line item or included in the total cost? Answer 8: See Line Item 003 asking for one lot price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/6025050086_01/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02123297-W 20100417/100415235348-55be47b4ca40098f30e74bd770d7af45 (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.