Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2010 FBO #3310
SOLICITATION NOTICE

65 -- Lease of Phadia 250 Allergy Analyzer and purchase of related reagents, Base year plus 4 Options

Notice Date
12/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F11T0004
 
Response Due
12/23/2010
 
Archive Date
2/21/2011
 
Point of Contact
Christine Bauer-Newland, 011496371867597
 
E-Mail Address
European Regional Contracting Office
(christine.bauer-newland@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 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. The solicitation number is W9114F-11-T-0004. This solicitation is issued as a Request For Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-14. This is an unrestricted acquisition. The North American Industry Classification System (NAICS) code is 325413 Base Year and 4 Option Years for Lease of Phadia Allergy Analyzer and purchase of related reagents. BRAND NAME OR EQUAL ITEM 0001, 1 Year - Lease Phadia 250 Analyzer 220V/50Hz, BRAND NAME OR EQUAL ITEM 0002, 2 Kit - ImmunoCAP Specific IgE Conjugate 41AF, Product #: 10-9130-01 BRAND NAME OR EQUAL. ITEM 0003, 2 Kit - ImmunoCAP Specific IgE Conjugate 41AF, Product # 10-9316-02 BRAND NAME OR EQUAL ITEM 0004, 1 Kit - Specific IgE anti-Ige ImmunoCAP Carrier 41SI, Product # 14-4417-01, BRAND NAME OR EQUAL ITEM 0005, ImmunoCAP Specific IgE Calibrator Strip 41AS, Product # 10-9159-01 BRAND NAME OR EQUAL ITEM 0006, 1 Kit - ImmunoCAP Specific IgE Curve Control Strip 41BX, Product # 10-9312-01 BRAND NAME OR EQUAL ITEM 0007, 1 Kit - ImmunoCAP Specific IgE Control 41BX, Product # 10-9449-01 BRAND NAME OR EQUAL ITEM 0008, 1 Kit - ImmunoCAP Specific IgE Negative Control 41BX, Product # 10-9445-01 BRAND NAME OR EQUAL ITEM 0009, 1 Kit - European Hornet (i75) 53DX, Product # 14-4340-01 BRAND NAME OR EQUAL ITEM 0010, 1 Kit - Common wasp, yellow jacket (i3) 53DY, Product # 14-4144-01 BRAND NAME OR EQUAL ITEM 0011, 1 Kit - Honey Bee (il) 53DY, Product # 14-4143-01 BRAND NAME OR EQUAL ITEM 0012, 1 Kit - Paper Wasp (i4) 53DY, Product # 14-4222-01 BRAND NAME OR EQUAL ITEM 0013, 1 Kit - White faced hornet (i2) 53DY, Product # 14-4221-01 BRAND NAME OR EQUAL ITEM 0014, 1 Kit - Yellow hornet (i5) 53DY, Product # 14-4223-01 BRAND NAME OR EQUAL ITEM 0015, 1 Kit - Gelatin (c74) 53EX, Product # 14-4854-01 BRAND NAME OR EQUAL ITEM 0016, 1 Kit - Penicilloyl G (c1) 53EY, Product # 14-4164-01 BRAND NAME OR EQUAL ITEM 0017, 1 Kit - Penicilloyl V (c2) 53EY, Product # 14-4165-01 BRAND NAME OR EQUAL ITEM 0018, 1 Kit - Amoxicilloyl (c6) 53EY, Product # 14-4451-01 BRAND NAME OR EQUAL ITEM 0019, 3 Kit - Ovalbumin (f232) 53FC, Product # 14-4804-01 BRAND NAME OR EQUAL ITEM 0020, 3 Kit - Ovomucoid (f233) 53FC, Product # 14-4805-01 BRAND NAME OR EQUAL ITEM 0021, 2 Kit - Fire Ant (i70) 53FX, Product # 14-4343-01 BRAND NAME OR EQUAL ITEM 0022, 2 Kit - Cashew Nut (f202) 53FR, Product # 14-4835-01 BRAND NAME OR EQUAL ITEM 0023, 1 Kit - Latex (k82) 53FR, Product # 14-4345-01 BRAND NAME OR EQUAL ITEM 0024, 3 Kit - Lobster (f80) 53FR, Product # 14-4292-01 BRAND NAME OR EQUAL ITEM 0025, 1 Kit - Pecan (f201) 53FR, Product # 14-4807-01 BRAND NAME OR EQUAL ITEM 0026, 2 Kit - Pistachio (f203) 53FR, Product # 14-4836-01 BRAND NAME OR EQUAL ITEM 0027, 3 Kit - Walnut (f256) 53FR, Product # 14-4808-01 BRAND NAME OR EQUAL ITEM 0028, 1 Kit - Spinach (f214) 53FE, Product # 14-4432-01 BRAND NAME OR EQUAL ITEM 0029, 3 Kit - Apple (f49) 53GE, Product # 14-4220-01 BRAND NAME OR EQUAL ITEM 0030, 1 Kit - Brasil nut (f18) 53GE, Product # 14-4178-01 BRAND NAME OR EQUAL ITEM 0031, 1 Kit - Giant Ragweed (w3) 53GE, Product # 14-4153-01 BRAND NAME OR EQUAL ITEM 0032, 17 Kit - Hazel (t4) 53GE, Product # 14-4147-01 BRAND NAME OR EQUAL ITEM 0033, 2 Kit - Almond (f20) 53GX, Product # 14-4179-01 BRAND NAME OR EQUAL ITEM 0034, 2 Kit - Bermuda Grass (g2) 53GX, Product # 14-4131-01 BRAND NAME OR EQUAL ITEM 0035, 17 Kit - Box Elder (t1) 53GX, Product # 14-4161-01 BRAND NAME OR EQUAL ITEM 0036, 16 Kit - Cat epithelium and dander (e1) 53GX, Product # 14-4109-01 BRAND NAME OR EQUAL ITEM 0037, 1 Kit - Cockroach, German (i6) 53GX, Product # 14-4224-01 BRAND NAME OR EQUAL ITEM 0038, 3 Kit - Common Ragweed (w1) 53GX, Product # 14-4162-01 BRAND NAME OR EQUAL ITEM 0039, 17 Kit - Common Silver Birch (t3) 53GX, Product # 14-4102-01 BRAND NAME OR EQUAL ITEM 0040, 16 Kit - Cottonwood (t4) 53GX, Product # 14-4229-01 BRAND NAME OR EQUAL ITEM 0041, 3 Kit - Cow's milk (f2) 53GX, Product # 14-4112-01 BRAND NAME OR EQUAL ITEM 0042, 3 Kit - Crab (f23) 53GX, Product # 14-4180-01 BRAND NAME OR EQUAL ITEM 0043, 17 Kit - Dog dander (e5), Product # 14-4110-01 BRAND NAME OR EQUAL ITEM 0044, 1 Kit - Elm (t8) 53GX, Product # 14-4226-01 BRAND NAME OR EQUAL ITEM 0045, 17 Kit - House Dust Mite (d1) 53GX, Product # 14-4107-01 BRAND NAME OR EQUAL ITEM 0046, 17 Kit - House Dust Mite (d2) 53GX, Product # 14-4108-01 BRAND NAME OR EQUAL ITEM 0047, 1 Kit - Johnson Grass (g10) 53GX, Product # 14-4138-01 BRAND NAME OR EQUAL ITEM 0048, 2 Kit - Meadow Grass Kentucky Grass (g8) 53GX, Product # 14-4136-01 BRAND NAME OR EQUAL ITEM 0049, 17 Kit - Oak (t7) 53GX, Product # 14-4149-01 BRAND NAME OR EQUAL ITEM 0050, 5 Kit - Peanut (f3) 53GX, Product # 14-4126-01 BRAND NAME OR EQUAL ITEM 0051, 2 Kit - Pecan hickory (t22) 53GX, Product # 14-4236-01 BRAND NAME OR EQUAL ITEM 0052, 16 Kit - Plaintain (w9) 53GX, Product # 14-4156-01, BRAND NAME OR EQUAL ITEM 0053, 17 Kit - Rye Grass (g5) 53GX, Product # 14-4134-01, BRAND NAME OR EQUAL ITEM 0054, 2 Kit - Shrimp (f24) 53GX, Product # 14-4181-01, BRAND NAME OR EQUAL ITEM 0055, 1 Kit - Soybean (f14) 53GX, Product # 14-4115-01 BRAND NAME OR EQUAL ITEM 0056, 17 Kit - Timothy grass (g6) 53GX, Product # 14-4100-01 BRAND NAME OR EQUAL ITEM 0057, 1 Kit - wheat (f4) 53GX, Product # 14-4113-01 BRAND NAME OR EQUAL ITEM 0058, 4 Kit - Hazel nut (f17) 53GO, Product # 14-4128-01 BRAND NAME OR EQUAL ITEM 0059, 18 Kit - Alternaria alternate (m6) 54DR, Product # 14-4106-01 BRAND NAME OR EQUAL ITEM 0060, 3 Kit - Aspergillus fumigates (m3) 54DR, Product # 14-4119-01 BRAND NAME OR EQUAL ITEM 0061, 18 Kit - Cladosporium herbarum (m2) 54DR, Product # 14-4105-01 BRAND NAME OR EQUAL ITEM 0062, 1 Kit - Staphylooccal entertoxin A (m80) 54DX, Product # 14-4889-01 BRAND NAME OR EQUAL ITEM 0063, 1 Kit - Staphylooccal entertoxin B (m81) 54DX, Product # 14-4890-01 BRAND NAME OR EQUAL ITEM 0064, 3 Kit - Candida albicans (m5) 54DY, Product # 14-4120-01 BRAND NAME OR EQUAL ITEM 0065, 1 Kit - cochineal extract (carime red) (Rf340) 56XX, Product # 14-5268-10 BRAND NAME OR EQUAL ITEM 0066, 2 Kit - Cockroach American (ri206) 56XX, Product # 14-5274-10 BRAND NAME OR EQUAL ITEM 0067, 1 Kit - Latex Enhanced (Rk82) 57EN, Product # 14-5314-10 BRAND NAME OR EQUAL ITEM 0068, 1 Kit - Cat Serum Albumin 57XX, Product # 14-4240-10 BRAND NAME OR EQUAL ITEM 0069, 1 Kit - Dog Serum Albumin 57XX, Product # 14-5241-11 BRAND NAME OR EQUAL ITEM 0070, 1 Kit - ImmunoCAP Total IgE Conjugate (600) 41SF, Product # 10-9319-01 BRAND NAME OR EQUAL ITEM 0071, 10 Kit - ImmunoCAP Total IgE Anti IgE ImmunoCAP 41SI, Product # 14-4509-01 BRAND NAME OR EQUAL ITEM 0072, 1 Kit - ImmunoCAP Total IgE Calibrator Strip 41SS, Product # 10-9387-01 BRAND NAME OR EQUAL ITEM 0073, 1 Kit - ImmunoCAP Total IgE Curven Control Strip 41BX, Product # 10-9325-01 BRAND NAME OR EQUAL ITEM 0074, 1 Kit - ImmunoCAP Development Soln 41AD, Product # 10-9441-01 BRAND NAME OR EQUAL ITEM 0075, 1 Kit - ImmunoCAP Stop Solution 41AD, Product # 10-9442-01 BRAND NAME OR EQUAL ITEM 0076, 1 Kit - Washing Solution 53KX, Product # 10-9202-01 BRAND NAME OR EQUAL ITEM 0077, 1 Kit - ImmunoCAP IgE/ECP/Tryptase Diluent 53BS, Product # 10-9360-01 BRAND NAME OR EQUAL ITEM 0078, 1 Kit - ImmunoCAP IgA/IgG Sample Diluent 53BS, Product # 10-9361-01 BRAND NAME OR EQUAL ITEM 0079, 1 Kit - ImmunoCAP Fluoro C, 41FC, Product # 10-9264-01 BRAND NAME OR EQUAL ITEM 0080, 6 Kit - Maintenance Solution 41AE, Product # 10-9476-01 BRAND NAME OR EQUAL ITEM 0081, 1 Kit - Quality Club Specific IgE 41BX, Product # 10-9298-01 BRAND NAME OR EQUAL ITEM 0082, 1 Kit - Quality Club Total IgE 41BX, Product # 10-9297-01 BRAND NAME OR EQUAL LINE ITEMS AND QUANTITY ARE THE SAME FOR: 1st Option Year 1 Jan 2012-31 Dec 2012 2nd Option Year 1 Jan 2013-31 Dec 2013 3rd Option Year 1 Jan 2014-31 Dec 2014 4th Option Year 1 Jan 2015-31 Dec 2015 PLACE OF PERFORMANCE: Landstuhl Regional Medical Center Pathology Bldg 3738 Landstuhl, Germany Delivery: Door-to-Door The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 ADDENDUM TO 52.212-4 52.203-3Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010 52.222-50 Alt I Combating Trafficking in Persons (Aug 2007) Alternate I AUG 2007 52.223-18 Contractor Policy to Ban Text Messaging While Driving. SEP 2010 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.229-6 Taxes--Foreign Fixed-Price Contracts JUN 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.246-25 Limitation Of Liability--Services FEB 1997 52.247-34 F.O.B. Destination NOV 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.225-7041 Correspondence in English JUN 1997 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.233-2 SERVICE OF PROTEST (SEP 2006) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2010) (DEVIATION) 252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006) 252.229-7001 TAX RELIEF (JUN 1997) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (DEVIATION) 52.211-6 Brand Name or Equal AUG 1999 52.214-34 Submission Of Offers In The English Language APR 1991 52.232-38 Submission of Electronic Funds Transfer Information with Offer MAY 1999 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.212-2 Evaluation - Commercial Items JAN 1999 ADDENDUM TO 52.212-1 INSTRUCTIONS TO VENDORS The following paragraphs are hereby amended: Para (a) Does not apply to this RFQ. Para (b) Replace subparagraph (4) with the following: (4)Technical Factor. The vendor must explain how you will comply with the requirements in the request for quote by submitting a written quote which describes: Salient Characteristics - Standard - - Acceptable - - Unacceptable 1.Reagents for offered system must be stable for at least 1 year when stored under recommended conditions 2. Offered System must come equipped with an uninterruptable power supply capable of providing all necessary electrical power to the analyzer system for 15 to 20 minutes to allow salvaging of the current batch of specimens in the analyzer. 3. Offered System will utilize reagents that must be FDA approved. The analyzer to include all associated parts and accessories will be new. No used, refurbished, or like-new equipment will be provided in support of this contract at any time. 4. Offered System shall have interoperability and the ability to directly connect and populate results from the analyzer to LRMC laboratory information systems. 5. Offered System must be able to hold reagents for up to 3000 tests and maintain reagents at refrigerated temperatures. 6. Offered System must maximize automation of processing be random access, detect liquid levels, clots and perform onboard dilutions. 7. Offered System must be able to run assays with as little as 50 ul of sample. 8. Offered System must be 220V/50Hz Failure to receive an acceptable rating of any of the listed salient characteristics will result in an unacceptable technical rating unless the error(s), deficiency (ies) or omission (s) can be corrected. All CLINs shall be priced. If you fail to price all CLINs, your quote will not be considered for award. Para (c) Change 30 to 60. Para (d) Does not apply to this request for quote (RFQ). Para (i) Does not apply to this RFQ. Add the following: Para (m) Quotes shall describe how your system contains the salient characteristics and is an equal to the Phadia ImmunoCAP System and Supplies Para (n) ELECTRONIC QUOTES. Vendors may submit electronic quotes in response to this RFQ. The quote must arrive by the time specified in the RFQ to the following email address: Christine.bauer-newland@amedd.army.mil. Vendors may call Christine Bauer-Newland 06371-86-7597 to verify receipt of the quote. If the vendor chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote. Para (o) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ two days before closing date of quote submission by e-mail to christine.bauer-newland@amedd.army.mil. All questions received will be answered officially through an amendment for distribution to all prospective vendors. SPECIAL NOTE: All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All quotes are due 23 Dec 2010 before 5:00 p.m. Central European Time. Offers may be sent via email to christine.Bauer-Newland@amedd.army.mil, hand-delivered, or faxed to 011-49-6371-86-8070. The point of contact for this acquisition is Christine Bauer-Newland, phone no. 011-49-6371-86-7597. WAWF Instructions (local clause available via email request. PERFORMANCE WORK STATEMENT available via email request 52.209-5 Certification Regarding Responsibility Matters APR 2010 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F11T0004/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN02345198-W 20101217/101215234621-8c6969e76a5f44c2e6c94aa862a8e5da (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.