Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
SOLICITATION NOTICE

65 -- Micro Typing System MTS (Brand name or Equal) Gel Cards and Blood Bank Reagents

Notice Date
2/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F-12-R-0004
 
Response Due
3/27/2012
 
Archive Date
5/26/2012
 
Point of Contact
Domenico Maddaloni, 011496371867043
 
E-Mail Address
European Regional Contracting Office
(domenico.maddaloni@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. Solicitation number W9114F-12-R-0004 is issued as a request for proposal (RFP). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 325413. The Europe Regional Contracting Office has a requirement to purchase Micro Typing System MTS (Brand name or Equal) Gel Cards and Blood Bank Reagents to be shipped in regular intervals to the US. Army Landstuhl Medical Center (LRMC, in Germany and to the US. Army Clinic in Vicenza Italy. The contract line items (CLINs) for this acquisition are as follows: Line Items 0001 - 1001 - 2001 - 3001 MTS Gel Test A/B/D Monoclonal Grouping Card (5x20 cards) - Brand Name or Equal Order No.: 081115 Qty: 48 Kits per annum Line Items 0002 - 1002 - 2002 - 3002 MTS Gel Test A/B/D Monoclonal & Reverse Grouping Card (5x20 cards) - Brand name or Equal - Order No.: MTS 080515. Qty: 96 Kits per annum Line Items 0003 - 1003 - 2003 - 3003 MTS Gel Test Anti-Human Globulin Anti-IgG Card (5x20 cards) - Brand Name or Equal - Order No.: MTS 084024. Qty: 51 Kits per annum Line Items 0004 - 1004 - 2004 - 3004 MTS Gel Test Anti-Human Globulin IgG,-C3d Polyspecific (1x20 Cards) - Brand Name or Equal - Order No.: MTS084014. Qty: 36 Kits per annum Line Items 0005 - 1005 - 2005 - 3005 MTS Gel Test Monoclonal Rh Phenotype Card (1x20 Cards) - Brand Name or Equal - Order No.: MTS080024. Qty: 3 Kits per annum Line Items 0006 - 1006 - 2006 - 3006 MTS Gel Test Diluent 2, 100mL x.5 bottles - Brand Name or Equal - Order No.: MTS9230. Qty: 15 Kits per annum Line Items 0007 - 1007 - 2007 - 3007 MTS Gel Test Diluent 2 Plus, 100mL x 5 bottles - Brand Name or Equal - Order No.: MTS9330. Qty: 15 Kits per annum Line Items 0008 - 1008 - 2008 - 3008 Daily Confidential QC Test Kit - Blood Bank Reagent - Brand Name or Equal - Order No.: 6902096. Qty: 33 Kits per annum Line Items 0009 - 1009 - 2009 - 3009 0.8% Surgiscreen 3 x 10ml, Suspension - Brand Name or Equal - Order No.: 6902316. Qty: 52 Kits per annum Line Items 0010 - 1010 - 2010 - 3010 0.8% Resolve Panel A 11 x 3ml, Suspension - Brand Name or Equal - Order No.: 6902317. Qty: 13 Kits per annum Line Items 0011 - 1011 - 2011 - 3011 0.8% Affirmagen 2x10ml, Suspension - Brand Name or Equal - Order No.: 719201. Qty: 39 Kits per annum Line Items 0012 - 1012 - 2012 - 3012 0.8% Resolve Panel B 11 x 3ml, Suspension - Brand Name or Equal - Order No.: 6902318. Qty: 13 Kits per annum Line Items 0013 - 1013 - 2013 - 3013 3% Combs Control, 1x10ml Suspension - Brand Name or Equal - Order No.:719810. Qty: 33 Kits per annum Line Items 0014 - 1014 - 2014 - 3014 MTS Buffered Gel Card (5x20) - Brand Name or Equal - Order No.:MTS085014. Qty: 12 Kits per annum Line Items 0015 - 1015 - 2015 - 3015 Estimated shipping cost for 24 deliveries for Line Items 0001 - 0014; 1001- 1014; 2001- 2014 & 3001- 3014, in accordance with the Delivery Schedules in Technical Exhibit A & B. Qty: 24 Each per annum Line Items 0016 - 1016 - 2016 - 3016 Daily Confidential QC Test Kit - Blood Bank Reagent - Brand Name or Equal - Order No.: 6902096. Qty: 11 Kits per annum Line Items 0017 - 1017 - 2017 - 3017 0.8% Surgiscreen 3 x 10ml, Suspension - Brand Name or Equal - Order No.: 6902316. Qty: 26 Kits per annum Line Items 0018 - 1018 - 2018 - 3018 0.8% Resolve Panel A 11 x 3ml, Suspension - Brand Name or Equal - Order No.: 6902317. Qty: 13 Kits per annum Line Items 0019 - 1019 - 2019 - 3019 0.8% Affirmagen 2x10ml, Suspension - Brand Name or Equal - Order No.: 719201. Qty: 26 Kits per annum Line Items 0020 - 1020 - 2020 - 3020 0.8% Resolve Panel B 11 x 3ml, Suspension - Brand Name or Equal - Order No.: 6902318. Qty: 13 Kits per annum Line Items 0021 - 1021 - 2021 - 3021 3% Combs Control 1x10ml, Suspension - Brand Name or Equal - Order No.:719810. Qty: 22 Kits per annum Line Items 0022 - 1022 - 2022 - 3022 Estimated shipping cost for 22 deliveries for line items 0016 - 0021; 1016- 1021; 2016 - 2021; & 3016- 3021, in accordance with the Delivery Schedule in Technical Exhibit C. Qty: 22 Each per annum All vendors must quote FOB Destination. The places of performance and acceptance will be: a) US. Army Landstuhl Regional Medical Center, BLDG 3738, 66849 Landstuhl, Germany b) US. Army Health Clinic Vicenza, Caserma Ederle, Bldg 113Via della Pace, 36100 Vicenza (VI), Italy Period of Performance: Line Item 0001- 0022 Base Period: 29 March 2012 - 28 March 2013 Line Item 1001- 1022 1st Option period: 29 March 2013 - 28 March 2014 Line Item 2001- 2022 2nd Option period: 29 March 2014 - 28 March 2015 Line Item 3001- 3022 3rd Option period: 29 March 2015 - 28 March 2016 The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract AwardsJUL 2010 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.211-6 Brand Name or Equal AUG 1999 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-2 Evaluation - Commercial Items JAN 1999 52.214-34 Submission Of Offers In The English Language APR 1991 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010 52.222-50 Combating Trafficking in Persons Alternate I AUG 2007 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-14 Inconsistency Between English Version And Translation Of Contract FEB 2000 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. NOV 2011 52.229-6 Taxes--Foreign Fixed-Price Contracts JUN 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.247-34 F.O.B. Destination NOV 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.225-7013 Duty-Free Entry DEC 2009 252.225-7041 Correspondence in English JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 252.247-7024 Notification Of Transportation Of Supplies By Sea MAR 2000 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.209-7 Information Regarding Responsibility Matters (JAN 2011) 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2002 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - MAR 2011 (Deviation) 52.216-1 Type of Contract APR 1984 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010) 52.233-2 Service of Protest (SEP 2006) 52.252-1 Solicitation Provisions incorporated by Reference - FEB 1998 52.252-2 Clauses incorporated by Reference - FEB 1998 52.252-5 Authorized deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.204-7008 Export-Controlled Items (APR 2010) 252.212-7000 Offeror representations and certifications- Commercial items. (JUN 2005) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - MAY 2011 (Deviation) 252.229-7001 TAX Relief (JUN 1997) 252.229-7002 Customs Exemptions (GERMANY) (JUNE 1997) 252.229-7003 TAX Exemtions (ITALY) (JAN 2002) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAR 2008 252.247-7022 Representation of Extent of Transportation by Sea (AUG 1992) ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - JUN 2008 The vendor must show compliance with the requirements in the Request for Quotation by submitting a quote that shows the capability of providing services according to the Performance Work Statement (PWS). Factor I - Technical. Factor I - Technical. The vendor's offer shall show compliance with the salient characteristics below: Subfactor 1. Brand Name or Equal offered products shall be compatible with Micro Typing System - MTS Gel Cards standards. Subfactor 2. Offered Products shall be FDA approved. Subfactor 3. Offerors shall submit narratives that demonstrate capability to meet the Deliveries Schedules in Technical Exhibits A, B and C. Subfactor 4. Expiration dates of products must have over 5-6 weeks shelf life from shipping date. Factor II - Price. Offerors shall submit offers for CLINS 0001 - 3022. The Government will evaluate offers for award purposes only by adding the total price for all option years to the total price for the base year. Once the technical factors are rated as acceptable, contract award will be made to the technically acceptable offeror with the lowest price. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of option prices shall not obligate the Government to exercise the options). ADDENDUM TO FAR 52.212-2 The Government will award a Firm-Fixed-Price 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. Proposals will be evaluated pursuant to FAR 15.101-2, Lowest Price, Technically Accept able (LPTA) source selection process. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards of the salient characteristics/minimum requirements. All offers will be evaluated and considered for contract award. If any of the salient characteristic is rated "Unacceptable," then the Government will no longer consider issuing an order to that offeror, thus the offeror will be ineligible for award. The following salient characteristics shall be used to evaluate all offers: EVALUATION STANDARDS. The Government will use the following standards for a final rating: ACCEPTABLE: A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. UNACCEPTABLE: A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. SPECIAL NOTE: All vendors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All quotes are due by March 27th 2012, before 10 am Central European Time. To request copies of the Deliveries Schedules and to submit Proposals please contact via email Domenico Maddaloni at domenico.maddaloni@us.army.mil. or by phone # 011 49 6371 86 7043
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-12-R-0004/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN02685320-W 20120301/120228235814-344969c665c9b8c7f1ba5b02b3412cb5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.