Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
SOLICITATION NOTICE

65 -- PBM EPS Standardized Items Competed Pharmaceutical and Med/Surg supply items, one Line item each

Notice Date
9/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;National Acquisition Center;P.O. Box 76;Hines, IL 60141-1489
 
ZIP Code
60141-1489
 
Solicitation Number
VA797T12Q0049
 
Response Due
9/18/2012
 
Archive Date
9/28/2012
 
Point of Contact
Timothy Scanlan
 
E-Mail Address
CO's e-mail
(Timothy.Scanlan@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The VA National Acquisition Center (NAC) is soliciting Quotations in response to Solicitation number VA797P-12-Q-0029. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 8, 12.6 and Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is VA797T-12-Q-0029 and is issued as a Request for Quotation (RFQ). The Prominent North American Industrial Classification System (NAICS) code for this procurement is 325412 - Pharmaceutical and Medicine Manufacturing, with a small business size standard of 750 employees. This requirement is full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac. 2005-60, Effective 27 Aug 2012. The Government intends to award a single Firm Fixed-Price (FFP) under the GSA FSS schedule contracts, or Open market Purchase Order for one or both items specified under this solicitation. Offers are due by 4:00 p.m. (CDT) on September 18, 2012. All amendments and notifications and documents will be available for download at the following URL: GSA E-BUY, and http://www.fedbizopps.gov. Paper copies of the solicitation may be available on an incidental basis. Offerors are advised to continuously check this URL for any changes to this solicitation. The VA, National Acquisition Center - Hines, Illinois requires the following items. The following contract line items serve as an acceptable description, unit of issue, and packaging volume that will meet the needs of the VA. Similar items may be acceptable if the Government determines that another brand will meet their needs. Volume measurements are a concerning factor to the VA due to limited space available in Emergency Cache Containers. REQUIREMENTS AND SCHEDULE OF SUPPLIES: CLIN Current NDC / Product #CURRENT CATALOG DESCRIPTIONGENERAL DESCRIPTIONQTY (each)PriceLine TotalDimension Requirements- should be roughly the same square inch footprint per identical quantity, or smaller. 000100409-4911-34ATROP SYR 10ML LFSH+NDLE HW 10Atropine 0.1MG/ML, in 10ML syringe, with Safety needle11,00011" x 10" x 6.5" = 715 sq. in. per 50 syringes 0002MT2000ALENS MORGAN THERAPEUTIC STERILESterile ocular lens for irrigation - delivers a continuous flow of solution to an injured eye10,8966" x 6" x 3.5" = 126 sq. in. per 12 lenses CLIN = Contract Line Item Number CLIN 0001; 11,000 each = 1,100 Packages of 10 NDC; 00409-3977 - ATROPINE SULFATE SOLUTION INJECTION USP Current NDC Number; 00409-4911-34 DESCRIPTION; Atropine 0.1MG/ML, in 10ML syringe, with Safety needle Packaging Information: Cases of 100 _____________________________________________________ CLIN 0002, 10,896 each = 908 Packages of 12 Product Number - MT2000A - LENS MORGAN THERAPEUTIC STERILE DESCRIPTION; Sterile ocular lens for irrigation - delivers a continuous flow of solution to an injured eye Package Information: Cases of 12 each (6" x 6" x 3.5" = 126 sq. in. per 12 lenses) The intent of this solicitation is to obtain a fair and reasonable price with acceptable delivery dates for both line items. Separate orders can be made; Offeror's do not have to quote on both line items. All questions should be submitted to Timothy.Scanlan@va.gov. Submit questions prior to September 13, 2012 may not be considered. Quotations must become valid for 40 calendar days after closing date to submit Quotations. The selected Offeror must comply with the following commercial item terms and conditions, unless verified that items are on contractor's GSA FSS Schedule contract pricelists, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In addition to the standard terms and conditions, Offerors certify that a review and understanding of the solicitation (RFQ) documents, item details in the solicitation has been conducted. Quotations can be mailed to Department of Veterans Affairs, National Acquisition Center, Business Resource Services (001AL-A2-1), 1st Avenue, 1 Block North of Cermak Road, Building 37, Hines, IL 60141. Quotations will also be accepted (preferred) in Microsoft Word or PDF form via e-mail at Timothy.Scanlan@va.gov with a scanned, signed copy of the SF 1449. If e-mailed, Offerors shall provide the original signed SF 1449 (only) no later than 10 days after the solicitation closing date. E-mail proposals must be received at the e-mail inbox of Timothy.Scanlan@va.gov by the date and time specified in the solicitation. Receipt of electronic Quotations at the server will not be considered in determining the timeliness in receiving the quotation. The Government installation/control exception is not applicable to e-mailed proposals. Please note that faxed proposals are not acceptable and will be rejected. If Items are on FSA FSS Contract, a delivery order will be issues in accordance with FAR 8.405.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/VA797T12Q0049/listing.html)
 
Place of Performance
Address: Delivery:;National Acquisition Center BLDG 37 DOCK 14;1st Avenue, 1 block North of Cermak Rd (22nd ST);Hines, IL 60141-1489
Zip Code: 60141
 
Record
SN02868991-W 20120907/120906001820-ae65d21a5d910371726b82425384678d (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.