SOLICITATION NOTICE
Q -- Blood Bank Reagents
- Notice Date
- 9/24/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024403T1232
- Response Due
- 9/26/2003
- Archive Date
- 10/26/2003
- Point of Contact
- Evangeline Rodriguez 619-532-2684 Evangeline Rodriguez, 619-532-2684
- Description
- DESC: IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitation issued on/after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http;//ccr.edi.disa.mil for information. FISCSD intends to issue a sole-source purchase order to Ortho Clinical Diagnostics, A Johnson and Johnson CO. The purchase order will provide on site support of the Naval Hospital Camp Pendleton. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combine synopsis and solici tation for Naval Hospital Camp Pendleton, , the agency needs the following: Necessary services to provide order every 28 days for Blood Bank Reagents. Period of Performance 1 October 2003 - 30 September 2004. Includes all of the following features: TO BE DELIVERED EVERY 28 DAYS FOR BLOOD BANK REAGENTS, PERIOD OF PERFORMANCE 01 OCT 2003 through 30 SEP 2004. PROVIDE MSDS WITH SHIPMENT BLOOD BANK REAGENTS : ITEM # ITEM DESCRIPTIONS QTY 719210 AFFIRMAGEN 2X10ML 13 719501 .8% RESOLVE A 11X3ML 13 710521 .8% RESOLVE B 11X3ML 13 710601 .8% SELECTOGEN 2X10ML 13 719810 COOMBS CONTROL 1X10ML 13 720100 CONFIDENCE SYSTEM 13 780540 FETAL SCREEN 60 TEST 13 MTS0515 MTS A/B/D MONO & REV GRP 13 MTS1115 MTS A/B/D/MONO GRP 13 MTS4014 MTS ANTI-IGG C3D GEL CD 1X12 13 MTS4024 MTS ANTI-IGG CARD 4X12 13 MTS9225 MTS DILUENT 2 4X125M L 13 MTS9325 MTS DIL2PLUS 4X125ML 13 780710 RHOGAM UF 1X5W/SHIELD 13 780810 MICRHOGAM UF 1X5 W/SHIELD 13 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05 and Defense Acquisition Circular 91-13. The standard industrial code is 2834 NAICS Code 421450. The provisions of FAR 52.212-1, Instructions to Offer-commercial Items applies. Offerors are required to complete and include a copy of the following provisions with their proposals; FAR 52.212-3, Offeror Representation and Certification-Commercial Item, and FAR 52.222-48, exemption from application of Service Contract Act Provisions for Contracts for maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or office and Business Equipment-Contractor Certification. Clause 52.212-4 Cont ract Terms and Conditions Commercial Items, applies as well as the following addendum clauses: FAR 52.211-5 material Requirement; 52.232-18, availability of funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items applies with the following applicable clauses for paragraph (b); FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001, Buy American Act and Balance of payment Program, the government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Provisions 52.212-2, Evaluation-commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation?s minimum criteria for technical acceptability at the lowest price to be determined technically acceptable, the offeror must provide references from at least three (3) current, major accounts where the contractor provides the same or similar services on the equipment outlined herein, and/or evidence of OEM certification as an authorized, factory-trained facility. All information requested in this announcement and in the instructions at FAR 52.212-1 must be included. Also be sure to include your company?s Cage Code, and DUNS, and TIN numbers and mailing remittances addresses. The RFQ will be available for download at the following Internet address: http://www.neco.navy.mil. All correspondence will be conducted via email at the following address: evangeline.rodriguez@navy.mil. Quotes must be received no later that RFQ due date on the RFQ. Quotes must be fax at (619-532-2347).
- Record
- SN00441320-W 20030926/030924213345 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |