SOLICITATION NOTICE
65 -- Laboratory Supplies
- Notice Date
- 9/13/2004
- Notice Type
- Solicitation Notice
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- 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
- W91YTZ04T0179
- Response Due
- 9/16/2004
- Archive Date
- 11/15/2004
- 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-0179 and is a request for quotation (RFQ). This is an unrestricted procurement. The FSC is 6505. The Standard Industrial Classification Code is 2835 and the small business size standard is 500. The North American Industry Classification System Code is 325413. Contractor shall provide ATS ANTI-IgG Card MTS ANTI IgG CARD MTS 4024 (13) 48/PG SHIP 6/PG EVERY 28 DAYS; ; MTS A/B/D & REVERSE CARD MTS0 515 49/PG SHIP 10/PG EVERY 28 DAYS; MTS DILUENT 2 PLUS MTS 9325 4X125 ml SHIP 1/PG EVERY 28 DAYS; SURGISCREEN 719100 3X10 ml SHIP 4/BX EVERY 28 DAYS; ORTHO CONFIDENCE SYSTEM KIT 720100 3/KIT SHIP 3/KIT EVERY 28 DAYS; AFFIRMAGEN 719210 2X10ml SHIP 4/BX EVER Y 28 DAYS; FETAL SCREEN 780540 60/TEST/KT SHIP 1/KT EVERY 28 DAYS; COOMBS CONTROL 719810 (13) 1X10ml SHIP 6/BX EVERY 28 DAYS; RhoGAM (D) SYRINGES 25 780715 25X1/SYRI SHIP 2/BX EVERY 28 DAYS; RESOLVE PANEL C 719410 1/KIT SHIP 1/KIT EVERY 28 DAYS; 0.8% SURGI SCREEN 719101 SHIP 5/BX EVERY 28 DAYS; 0.8% RESOLVE PANEL A 719501 0.8% /KT SHIP 1/KIT EVERY 28 DAYS; TIPMASATER TIPS MTS9632 4X250 SHIP 4/PK EVERY 28 DAYS; AFFIRMAGEN 719201 SHIP 5/BOX EVERY 28 DAYS; DILUENT 2 MTS9225 SHIP 1/BOX EVERY 28 DAYS; A/B/D CARDS MTS1115 48 CARDS/PG SHIP 5/PG EVERY 28 DAYS. The requirement is for Womack Army Medical Center, Department of Pathology, Fort Bragg, North Carolina, 28310. The manufacturer is Ortho Clinical Diagnostics, 100 Indigo Creek Dr., Rochester NY 14626-5101. The period of performance is 1 October 2004 through 30 September 2005. The Government intends to make a sole source award for the services described herein to Ortho Clinical Diagnostics. All offers received in response to this solicitation will be consid ered. Responses will be used to determine whether bonafide competition exists. Responses are to be faxed to Anita Adcock at 910-907-9307 or emailed to anita.adcock@na.amedd.army.mil no later than 1000 hours on 16 September 2004. It is now a requirement that all contractors doing business with the Department 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 F ederal Acquisition Regulation (FAR) Provision 52.212-1, 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 init ial offer should contain the offerors best terms. 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. Evaluation factors are: T echnical capability, past performance and price. Technical and past performance when combined are more important than price. Offerors are required to submit information identifying federal, state and local government and private contracts performed withi n the last three years which are similar in scope and complexity to the effort described in this solicitation. If none, offerors should so state on a single page and provide information on references as an employee. 52.212-3, Offeror Representations and Certifications 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 Buy American Act Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program. Evaluation factors: The G overnment will award a 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. GENERAL INFORMATION: Only the Contract ing Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. Monthly payment under the terms of the contract will be made. The following FAR provisions and clauses apply to this soli citation: 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; 252.204-7004 Required CCR; 52.217-8 Option to Extend Services; 52.232-18, Availability of Funds; 252.212-7001 Contract Terms, 252.232-7003 Electronic Submission of Payment Requests; 252.204-7004 Required Central Contractor Registration; (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 a ccessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hil.af.mil; http://www.dtic.mil/dfar.
- Place of Performance
- Address: Medcom Contracting Center North Atlantic, Womack Army Medical Center ATTN: Building 4-2817 Reilly Road Fort Bragg NC
- Zip Code: 20310-5000
- Country: US
- Zip Code: 20310-5000
- Record
- SN00672140-W 20040915/040913213351 (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 |