SOLICITATION NOTICE
65 -- HAEMONETICS MCS 9000 THERAPEUTICS PLATELETS COLLECTION SYSTEM
- Notice Date
- 9/22/2006
- Notice Type
- Solicitation Notice
- NAICS
- 339112
— Surgical and Medical Instrument 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
- W91YTZ06T0210
- Response Due
- 9/26/2006
- Archive Date
- 11/25/2006
- 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-06-T-0210 and is a request for quotation (RFQ). This procurement is unrestricted. WAMC Fort Bragg, NC has a requirement for the following equipment to be delivered NLT 45 days ARO: CLIN 0001: Haemonetics MCS+ 9000 Therapeutics Platelets Collection System Model LN9000 P/N 09000-110-E. QUANTITY: 1 EA PRICE: __________________ TOTAL: _____________________ CLIN 0002: Haemonetics MCS+ 9000 Therapeutics Platelets Collection System Equipment Stand P/N 07010-00. QUANTITY: 1 EA PRICE: __________________ TOTAL: _____________________ The Government intends to make a sole source award for the supplies described herein to Haemonetics. All offers received in response to this solicitation will be considered. Responses will be used to determine whether bonafide competition exists. If off ering an equal item, provide complete technical documentation and specifications to be able to evaluate. Responses are to be faxed to George Locke at 910-907-9307 or emailed to george.locke@na.amedd.army.mil no later than 10am 26 September 2006. 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 inform ation contained in the Federal 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. There fore, the offerors initial offer should contain the offerors best terms from a cost or 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 Eval uation - Commercial Items. 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 f ixed 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 ap plicable 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 Government will award a contr act 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 Contracting 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 in arrears. The foll owing 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; 52.222-3 6 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; 52.217-9 Option to Extend the Term of t he Contract; 52.232-18, Availability of Funds; 252.212-7001 Contract Terms, 252.204-7004 Required Central Contractor Registration; 252.225-7002 Qualifying Country Sources as Subcontractors. (Contractor to include a completed copy of the following prov isions with quote) 52.212-3 Offeror Reps and Certs; Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfar.
- Place of Performance
- Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
- Zip Code: 20307-5000
- Country: US
- Zip Code: 20307-5000
- Record
- SN01152293-W 20060924/060922221208 (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 |