Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

65 -- IMMUNOCAP 250 ANALYZER AND REAGENTS

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU010T0214
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Selma Rivera, 915-563-0885
 
E-Mail Address
Western Regional Contracting Office
(selma.rivera@amedd.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. 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. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center (WBAMC) has a requirement for a Immunocap Analyzer and Reagents. Shall be brand name or equal in accordance with the salient characteristics as stated in CLIN 0001of solicitation W91YU0-10-T-0214. This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413. Standard Industrial Classification (SIC) 6550. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. All responsible Contractors shall provide an offer for the following Line items: 0001: IMMUNOCAP 250 ANALIZER (OR EQUAL), 1 EACH, Salient Characteristics: Include computer, monitor and printer, Immunocap data manager software, computer stand, and UPS. Must be fully automated with no shared carousels limiting capacity. Specific IgE allergy blood testing designed as a sandwich immunoassay with a turnaround time of one hour thirty seven minutes per test. With a solid phase cellulose derivative enclosed in a reaction vessel with a 40UL patient sample (serum or plasma). The IgE calibrators are traceable to the 2nd international referenced preparation 75/502 of human serum immunoglobulin E from world health organization. Immunocap 250 instrument measures total IgE concentration in kU/L and the instrument automatically calculates the quantitative concentration. Contractor shall unpack, install verify instrumentation operation and train at the Government site. Vendor shall also provide replacement or repair of equipment if necessary. PROPOSED PRODUCTS MUST BE BRAND NAME OR EQUAL, FOR THE PERIOD 01 OCTOBER 2010 THROUGH 30 SEPTEMBER 2011. THE FOLLOWING LINE ITEMS WILL BE ORDERED ON AS NEEDED BASIS. 0002: Specific IgE, 41 AF Immunocap, 140 0003: 41 SIR Specific IgE, Anti-Iege Immunocap carrier, 120 EACH 0004: 41 AS Immunocap Specific IgE Calibrator Strip, 20 EACH 0005: 41 BX Immunocap Specific IgE Curve Control Strip, 25 EACH 0006: 41 BX Immunocap Specific, 25 EACH 0007: 41 BX Immunocap Specific IgE Negative Control, 35 EACH 0008: 53GX Allergen Immunocap, 3,200 EACH 0009: 53FX Allergen Immunocap, 300 EACH 0010: 54DY Allergen Immunocap, 600 EACH 0011: 54DX Allergen Immunocap, 20 EACH 0012: 53DY Allergen Immunocap, 30 EACH 0013: 53DX Allergen Immunocap, 10 EACH 0014: 53EY Allergen Immunocap, 10 EACH 0015: 53EX Allergen Immunocap, 2 EACH 0016: 53HX Allergen Immunocap, 2 EACH 0017: 56XX Allergen Immunocap, 25 EACH 0018: 57XX Allergen Immunocap, 4 EACH 0019: 41SF Allergen Immunocap, 10 EACH 0020: 41SI Allergen Immunocap, 40 EACH 0021: 41SS Allergen Immunocap, 15 EACH 0022: 41BX Immunocap Total Curve Control Strip, 15 EACH 0023: 41BX Immunocap Total IgE Control (LMH), 30 EACH 0024: 41 AD Immunocap Development Solution, 80 EACH 0025: 41AD Immunocap Stop Solution, 80 EACH 0026: 53KX Washing Solution, 260 EACH 0027: 53BS Immunocap IgE/ECT/TRYTASE Sample Diluent, 3 EACH 0028: 53BS Immunocap Specific IgA/IgG Sample Diluent, 2 EACH 0029: 41BX Monthly Quality Assessment Program, Quality Club Specific IgE(KUA/L)3 Allergens, 5 EACH 0030: 41BX Quality Club Total IgE 2, 1 EACH 0031: Shipping and Handling, 3500 EACH 0032: Maintenance Solution Kit, 10 EACH The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1 Instructions to Vendors; 52.212-2 Evaluation-Commercial Items; The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: Technical capability, and price. To be technically acceptable the quote must meet the minimum characteristics shown in Line Item 0001, if providing an equal product, comply with FAR Part 52.211-6, Brand Name or Equal. The award decision will be based on the lowest priced technically acceptable, the offeror shall submit prices on all CLINs. 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; Addendum to 52.212-4 Contract Terms and Conditions Commercial Items; 52.203-6 Alt 1 Restrictions On Subcontractor Sales to the Government; 52.203-12 Limitation On Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-10 Reporting Executive compensation and First Tier Subcontract Awards; 52.209-6 Protecting the Governments Interest when Subcontracting with contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4 Notice of Price Evaluation Preference for HubZone Small Business Concerns; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity; 52.222-50 Combating Trafficking in Persons; 52.222-99 (Dev) Notification of Employee Rights under the National Labor Relations Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-18 Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-13 Bankruptcy; 52.252-2 Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses; 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation); 52.204-5 Women-Owned Business (Other Than Small Business); 52.211-6 Brand Name or Equal; 52.252-1 Solicitation Provisions Incorporated by Reference. The following DFARS clauses apply: 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control Of Government Personnel Work Product; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.2127000 Offeror Representations and Certifications-Commercial Items; 252.225-7000 Buy American Act Balance Of Payments Program Certificate. WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 07 September 2010, 12:00PM Mountain Standard Time. Submit offers via fax to (915) 569-4736 or email to Selma.rivera@us.army.mil Deliver to: William Beaumont Army Medical Center, Medical Supply Officer BLDG 11156, Biggs Army Airfield FT Bliss, TX 79918-8006
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU010T0214/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office, WBAMC 5005 N PIEDRAS, BLDG 7115 EL PASO TX
Zip Code: 79920
 
Record
SN02256882-W 20100828/100827000602-c9f82ad500adcf2554aabf8e28fbd9b1 (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.