Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOLICITATION NOTICE

65 -- Succinylcholine Chloride - Statement of Work

Notice Date
9/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N00259-14-T-0395
 
Archive Date
10/9/2014
 
Point of Contact
Jojie N. Urrete, Phone: 6195328084
 
E-Mail Address
jojie.urrete@med.navy.mil
(jojie.urrete@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Succinylcholine Chloride This is a COMBINED SYNOPSIS/SOLICITATION for commercial items, which the Naval Medical Center San Diego intends to solicit as 100% small business set-aside. Solicitation is prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is N00259-14-T-0395. The closing date is September 24, 2014@ 10:00 AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; http://acquisition.gov/FAR. (NAICS) Code for this acquisition is 325412; Size: 750 Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items IAW Statement of Work POP: 1 OCT 2014 TO 31 OCT 2014 CLIN 0001 Succinylcholine Chloride 20MG PER ML, 100MG PER 5ML QUANTITY: 1400 Unit Issue: EA Price: ___________ CLIN 0002 Ephedrine Sulfate 5MG PER ML, 25MG PER 5ML QTY: 1400 Unit Issue: EA Price: ___________ CLIN 0003 Atropine Sulfate 0.4MG PER ML, 1MG PER 2.5ML QTY: 250 Unit Issue: EA Price: ___________ CLIN 0004 Rocuronium Bromide 10MG PER ML, 50MG PER 5ML QTY: 1800 Unit Issue: EA Price: ___________ CLIN 0005 Epinephrine HCL 10MCG PER ML, 50MCG PER 5ML, PF QTY: 600 Unit Issue: EA Price: ___________ CLIN 0006 Phenylephrine HCL 100MCG PER ML, 0.5MG PER 5ML, PF QTY: 1400 Unit Issue: EA Price: ___________ CLIN 0007 Hydromorphone 1MG PER ML in Sodium Chloride 0.9% 30ML MJ (No Plunger) QTY: 150 Unit Issue: EA Price: ___________ CLIN 0008 Fentanyl Citrate 2MCG PER ML & 0.125% Bupivacaine in sodium Chloride 0.9% 100ML BAG QTY: 500 Unit Issue: EA Price: ___________ CLIN 0009 Ketamine 2MG PER ML in 0.9% Sod Chl 30ML MJ QTY: 50 Unit Issue: EA Price: ___________ CLIN 0010 Vancomycin HCL 1.25GM 5% Dextrose INJ 250ML QTY: 180 Unit Issue: EA Price: ___________ CLIN 0011 Magnesium Sulfate 50GM Added to Lactated Ringers 500ML Bag QTY: 100 Unit Issue: EA Price: ___________ CLIN 0012 Oxytocin 20 units added to 0.9% Sod Chl Inj 1000ML Bag QTY: 800 Unit Issue: EA Price: ___________ CLIN 0013 Ropivacaine HCL 0.2% in 0.9% Sod Chl 250 ml Bag QTY: 80 Unit Issue: EA Price: ___________ CLIN 0014 Bupivacaine HCL 1MG/ML QTY: 200 Unit Issue: EA Price: ___________ CLIN 0015 Bupivacaine HCL 0.125% Sod Chl 250ML QTY: 200 Unit Issue: EA Price: ___________ CLIN 0016 Bupivacaine HCL 0.125% Sod Chl 250ML QTY: 200 Unit Issue: EA Price: ___________ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (DEC 2012) 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2010) 52.209-6 Protecting the Government's Interest When subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) RAPID GATE: NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the fair and reasonable to the Government, price and other factors considered. The following factors are to be used to evaluate offers: 1.) Technical Capability 2.) Delivery 3.) Price. Technical Capability, and Delivery when combined, is more important than price. This is the significant evaluation factors that will be used to arrive at an award decision. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008.) Offeror must be registered to the System Award Management (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Email your quote to Jojie Urrete before 10:00AM PST on September 24, 2014. Email: jojie.urrete@med.navy.mil. Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-14-T-0395/listing.html)
 
Record
SN03522793-W 20140924/140923000206-82222f8f3e9349202882c357f27c2752 (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.