Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2010 FBO #3241
SOLICITATION NOTICE

65 -- Annual Maintenance Service for Trima Automated Blood Collection Systems, Apheresis Equipment and CPT Kits (Disposables)

Notice Date
10/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-10-T-0187
 
Response Due
10/15/2010
 
Archive Date
12/14/2010
 
Point of Contact
Sebrena L. Hackley-Lane, (706)787-2377
 
E-Mail Address
Southeast Regional Contracting Office
(sebrena.lafaye.hackleylane@us.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 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. DESCRIPTION: The solicitation number W91YTV-10-T-0187. This acquisition is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-43. The North American Industry Classification Code (NAICS) for this procurement is: 339112 and the small business size standard is 500 employees. This requirement is UNRESTRICTED. FOB Destination (FOB: Origin IAW FAR 52.247-29, if delivery/transporation charges apply). The Eisenhower Army Medical Center, Fort Gordon, GA has a requirement for the following:I TEM 0001: Annual Maintenance Service for existing Apheresis Equipment-Trima Automated Blood Collection Systems (3 each), POP: 1 Nov 10 31 Oct 11. Performance shall be in accordance with Performance Work Statement. QTY: 12 months; Unit Price:______Amount:_____. Equipment included: Trima Seal Safe (3 each) and Trima Analyzers (3 each) located at Eisenhower Army Medical Center, Fort Gordon, GA. ITEM 0002: Trima Accel Enhanced Platelet, multiplasma RBC Set, disposables, to be used with the Trima Automated Blood Collection Systems, CAT#: 80340. QTY:72 Cases,Unit Price:______Amount: ______, POP:1 Nov 10 31 Oct 11. ITEM 0003: Contract Manpower Reporting (CMR) Contract Manpower Reporting in accordance with PWS for the Period of Performance: 1 Nov 1031 Oct 11, QTY:1 EA Unit Price:_______ Amount:________. ITEM 1001: Annual Maintenance Service for existing Apheresis Equipment - Trima Automated Blood Collection Systems (3 each), Period of Performance: 1 Nov 11 31 Oct 12. Performance shall be in accordance with Performance Work Statement. QTY: 12 months, Unit Price:______Amount:_____. Equipment included: Trima Seal Safe (3 each) and Trima (3 each) located at Eisenhower Army Medical Center, Fort Gordon, GA. ITEM 1002: Trima Accel Enhanced Platelet, multiplasma RBC Set, disposables to be used with the Trima Automated Blood Collection Systems, CAT#: 80340. QTY: 72 Cases, Unit Price:_____Amount: ______, Period of Performance: 1 Nov 1131 Oct 12. ITEM 1003: Contract Manpower Reporting (CMR) Contract Manpower Reporting in accordance with PWS for the Period of Performance:1 Nov 1131 Oct 12, QTY: 1 EA Unit Price:_____ Amount:_______. This solicitation must be quoted all or none. Failure to submit the requested substitute item information before the closing date will eliminate the contractor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in materiel composition, size, environmental application, etc. If an item is furnished which does not meet the requirement, the item will ve returned at the contractors expense for a refund. Final decision as to award will be based on lowest price technically acceptable (technical acceptability is determined by the end-user). Technical specifications of required items are included in the line item description. (End of Provision) The following FAR Clauses and provisions in their latest editions apply to this solicitation. (1) 52.212-1, Instructions to Offeror-Commercial Items (Jun 2008) Addendum 52.212-1(m). The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.211-6, Brand Name or Equal; 52.233-2, Service of Protest(Sep 2006)52.252-1, Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at this/these address(es): www.farsite.hill.af.mil; www.arnet.gov/far. 252.209-7001 Disclosure of Ownership of Control by the Government of a Terrorist Country (Jan 2009); 252.212-7000, Offer Representations and Certifications Commercial Items (Jun 2005); 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Jan 2009); 52.212-2, Evaluation Commercial items (Jan 1999); Addendum 52.212-2: paragraph (b) has been deleted, paragraph (a) and (c ) apply to this acquisition and the following factors will be used to evaluate offers: Items offered will be evaluated on equivalent technical capabilities as outlined in each line item description and award will be based on lowest price technically acceptable will have greatest weight on final decision. 52.212-3, Offer Representations and Certifications-Commercial items, (Aug 2009) Alternate I (Apr 2002) Offerors shall complete the representations and certifications-electronically at http://orca.bpn.gov/login.aspx; 52.212-3 (Mar 2005), Offeror Representations and Certifications; a completed copy of which shall be submitted with the offer unless the offeror confirms the firm is registered in the ORCA database then submit only what the clause requires. 52.212-4, Contract Terms and Conditions Commercial Items ; Addendum 52.212-4(u): The non FAR Part 12 discretionary FAR,DFARS,AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference: 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, 52.222-3 Convict Labor; 52.222-19 Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; DFAR 252.232-7003 Electronic Submission of Payment Requests, (6) 52.204-7 Central Contractor Registration (Jul 2006); (7) DFAR 252.204-7004 Central Contractor Registration (52.204-7) Alternate A (Nov 2003)(8)Wide Area Work Flow Addendum to 52.212-4 Contract Terms and Conditions--Commercial Items DFAS Location Change as indicated: Electronic Submission of Payment Request; the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION)after the name of the regulation. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions or Commercial Items (Jul 2010) DEVIATION. 52.212-5, Contract Terms and Conditions Required to Implement Statutues or Executive Orders-Commercial Items (Jul 2010) DEVIATION also apply to this solicitation. Contractor shall submit payment request using the following method as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office and the payment office. Wide Area Workflow - Receipt and Acceptance (WAWF-RA) Questions concerning payments should be directed to the DFAS POC and Phone: DFAS Rome Phone#: (315)330-6926. FAX#: (315)330-6964. You can access payment and receipt information using the DFAS website http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice will be required to inquire status of your payment. METHOD OF SUBMISSION OF OFFERS for this solicitation shall be addressed to: Sebrena.Lafaye.HackleyLane@us.army.mil, not later than 15 Oct 2010, 4:00 P.M. EST. For information regarding this solicitation you may contact Ms. Sebrena Lane via email: sebrena.lafaye.hackleylane@us.army.mil or phone: 706-787-2377.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-10-T-0187/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02307721-W 20101009/101007234011-c75b393e9e0720d7cc3bd64d766ff885 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.