Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2004 FBO #1007
SOLICITATION NOTICE

99 -- Provide weekly order of 100 and 200 pounds of Dry Ice for the Department of Pathology, Womack Army Medical Center, Fort Bragg, North Carolina.

Notice Date
8/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
621991 — Blood and Organ Banks
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ04T0147
 
Response Due
9/3/2004
 
Archive Date
11/2/2004
 
Point of Contact
Anita.Adcock, 910-907-9303
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(anita.adcock@na.amedd.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. This is solicitation number W91YTZ-04-T-0147 and is a request for quotation (RFQ). This is an unrestricted procurement. The Standard Industrial Classification Code is 5047 and the small business size standard is 500. The North American Industry Classification System Code is 621991. Womack Army Medical Center, Fort Bragg, North Carolina, 28310, has a requirement for a standing order for dry ice for the period 1 Oct 04 through 30 Septemb er 2005 for providing weekly orders of 100 and 200 pounds of dry ice for the Department of Pathology, Womack Army Medical Center (WAMC), Fort Bragg, NC for a one year base period.. Contractor must be located within a 50 mile radius of WAMC due to the evap oration period of the substance. Responses are to be faxed to Anita Adcock at 910-907-9307 or emailed to anita.adcock@na.amedd.army.mil no later than 1400 hours on 3 September 2004. It is now a requirement that all contractors doing business with the De partment of Defense be registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register). Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Provision 5 2.212-1, Instructions to Offeror-Commercial Items. As stated in this provision, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best ter ms from a price standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. 52.212-2 Evaluation - Commercial Items. 52.212-3, Offeror Representations and Certificat ions  Commercial Items; an authorized representative of the offeror must sign these representations and certifications and must be included with the offer. The resulting firm fixed price award will incorporate the requirements of the following clauses: 52.212-4, Contract Terms and Conditions  Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items; with applicable FAR Clauses: 52.222-36 and 52.222-37. DFAR Clauses: 252.225-7000 B uy American Act  Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program. Evaluation factors: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer co nforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance/Price. Past Performance  provide a list of all Government Contracts for subject service held over the last two (2) years. Include the agency name, address, name and phone number of a person to contact, the contract number, and dollar value and type of contract. The evaluation of past performance will not be numerically r ated. Evaluation of past performance will be based on the following: a. High Risk  equated to a low probability of success. Verification of past performance shows the offerors have consistently not met work schedules and other obligations, have defaul ted on at least one contract within the past three (3) years, or have chronically failed to meet contract terms. b. Medium Risk  Equates to a reasonable expectation of success. Verification of past performance shows that offeror occasionally has not m et work schedules or other obligations, on occasion has been unable to provide requested services, or met contract terms with only a few reported failures, and has not defaulted on any contract within the past three (3) years. C. Low Risk  Equated to a substantial probability of success. Verification of past performance shows that the offeror consistently meets work schedules, provides specified services, mee ts contract terms without failure, and has not been defaulted on any contract within the past three (3) years. Price: The award will be made on a best value basis with a technically acceptable firm which offers the Government the best value, based on an evaluation of past performance and price, as equally rated factors. Price will be evaluated separately from past performance. GENERAL INFORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. The following FAR provisions and clauses apply to this solicitation: 52.212-1, Instructions to Offerors- Commercial; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Employment; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; and 52.225-3 Buy American Act  North American Free Trade Agreement; 52.228-5 Insurance-Work on a Government Installation; 252.204-7004 Required CCR; 52.217-8 Option to Extend Services; 52.232-18, Availability of Funds; 52.232-19 Availability of Next Year Funds; 252.212-7001 Contract Terms, 252.232-7003 Electronic Submission of Payment Requests; 252.204-7004 Required Central Contractor Registration; 25 2.225-7002 Qualifying Country Sources as Subcontractors. (Contractor to include a completed copy of the following provisions with quote) 52.212-3 Offeror Reps and Certs; 252.212-7000 Offeror Reps and Certs  CI. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hil.af.mil; http://www.dtic.mil/dfar.
 
Place of Performance
Address: Womack Army Medical Center ATTN: Building 4-2817 Reilly Road Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN00659350-W 20040829/040828101531 (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 |
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.