Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
SOLICITATION NOTICE

Q -- Hormone Analytes

Notice Date
1/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
N0463A Navy Experimental Diving Unit 321 Bullfinch Road Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N0463A12T0003
 
Response Due
2/10/2012
 
Archive Date
2/25/2012
 
Point of Contact
Melissa Sanders 850-230-3266 Corey Rezner
 
E-Mail Address
rezner@navy.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 request for proposal N0463A-12-T-0003 is the only written solicitation which will be issued, unless amended. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, 19 Jan 2009. NOTE: NAICS code 621511. This requirement is for process to point of award only in accordance with FAR 52.232-18, Availability of Funds. The Navy Experimental Diving Unit (NEDU) has a requirement for Hormone Analytes. All samples will be venous plasma or serum from resting experimental subject in supine posture. Analytes requirements consist of the following 1) catecholamines, 2) aldosterone, 3) antidiuretic hormone, 4) atrial natriuretic peptide, 5) cortisol, 6) 8-isoprostane, 7) malondialdehyde, 8) osmolality, 9) glucose. Exact number of samples are not know at this time but they will not exceed 150 for each CLIN. The offeror shall provide a firm fixed price in accordance with the specifications listed in attached SOW. The cost proposal shall be in the following format. CLIN 0001 Catecholamines Analytes 150 samples @ $____________/ea = $_____________________ CLIN 0002 Aldosterone Analytes 150 samples @ $____________/ea = $_____________________ CLIN 0003 Antidiuretic Hormone Analytes 150 samples @ $____________/ea = $_____________________ CLIN 0004 Atrial Natriuretic Peptide Analytes 150 samples @ $____________/ea = $_____________________ CLIN 0005 Coritisol Analytes 150 samples @ $____________/ea = $_____________________ CLIN 0006 8-Isoprostane Analytes 150 samples @$_____________/ea = $_______________________ CLIN 0007 Malondialdehyde Analytes 150 samples @$____________/ea = $_____________________ CLIN 0008 Osmolality Analytes 150 samples @$_____________/ea = $________________________ CLIN 0009 Glugose Analytes 150 samples @$______________/ea = $________________________ Grand Total for All CLINs = $_________________ The following provisions apply: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications “Commercial Items; 52.212-4, Contract Terms and Conditions ”Commercial Items; 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1 Technical: The evaluation shall consider offerors technical capability to meet specifications on schedule. Offerors shall provide a copy of the complete technical specifications or specific product literature for proposed new components. Offeror shall affirmatively address their ability to meet each of the specifications individually and address the ability to meet the required delivery requirement. No pricing is to be provided in the technical information. Factor 2 Past Performance: Offerors shall provide three (3) references for past performance of similar type and complexity of work with name, telephone, and e-mail address. The Government may utilize other sources for past performance information as available. Factor 3 “Price “Offeror shall provide pricing of CLINs 0001 through 0009 The government will make a best value determination based on these factors. The Government will evaluate the total price for the basic requirement. Intent is to award based on initial offers. If considered necessary by the contracting officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) request for proposal number; (2) offeror ™s name, address, point of contact, phone and e-mail address; (3) offeror ™s DUN ™s number, CAGE code and TIN number; (4) documentation that shows the offeror ™s current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) completed copies of FAR 52.212-3(It is acceptable to provide Representations and certifications provided by vendors through ORCA) and; (6) narrative addressing how the offereor will achieve the requirements listed in the SOW and combined synopsis solicitation; (7) past performance data (8) firm fixed price for each sample in the above format; and (9) signature on the page that lists the price. The clause FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items (Deviation) applies to this solicitation. The following clauses are also applicable: 52.233-3, 52.233-4, 52.203-6 Alt I, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.232-33, 52.203-3, and 252.203-7000, 252.212-7001, 252.209-7001, 252.232-7003, and 252.232.7010. Questions must be received no later than 2:00 p.m. CST on 6 February 2012. Offers must be received no later than 2:00 p.m. CST on 10 February, 2012. Send questions and electronic proposals to Melissa Sanders at melissa.sanders@navy.mil AND Corey Rezner at corey.rezner@navy.mil. Proposals may also be delivered to Navy Experimental Diving Unit, Attention: Melissa Sanders, Contracting Officer, 321 Bullfinch Road, Panama City, FL 32407. Telephone inquiries will not be accepted. All inquiries must be submitted by email to the above listed personnel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N0463A/N0463A12T0003/listing.html)
 
Place of Performance
Address: 321 Bullfinch Road, Panama City, FL
Zip Code: 32407
 
Record
SN02665041-W 20120202/120131235400-820725b654b5b66dafe85a479084fd47 (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.