SOLICITATION NOTICE
66 -- BLOOD BAGS
- Notice Date
- 9/8/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
- ZIP Code
- 30905-5650
- Solicitation Number
- W91YTV12R0035
- Response Due
- 9/17/2012
- Archive Date
- 11/16/2012
- Point of Contact
- Kiah M. Washington, 7067872376
- E-Mail Address
-
Southeast Regional Contracting Office
(kiah.washington@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. The solicitation number is W91YTV-12-R-0035. This acquisition is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. The North American Industry Classification System Code (NAICS) for this procurement is: 339113 Size Standard: 500 Employees. The Standard Industrial Classification Code is 6640. Proposals are being requested and a written solicitation will not be issued. This requirement is Unrestricted. Fort Benning Blood Donor Center (FBBDC), Fort Benning, GA has a requirement for the blood bags, plasma bags and the accessories listed below ordered on an as needed basis. Orders will be place 2 weeks in advance. The Government representatives authorized to placed orders will be detailed the award document. Item No. 0001: 19,200 EA Blood Bags 450 ML Collection bag containing CPD/Optisol Anticoagulant and Additive with Solution and donor care needle guard and diversion blood sampling arm. Period of Performance: Date of Award - 30 September 2013. Blood Bags, plasma bags and accessories must fit the Trima Accel System Apharesis machine. Unit Price: ____________ Total: ______________________ Item No. 0002: 20,000 EA 2000T Adapters Unit Price: ____________ Total: _______________________ Item No. 0003: Emergency Shipping Charge Unit Price: ____________ Grand Total Base Period: _____________________ Item No. 1001: 19,200 EA Blood Bags 450 ML Collection bag containing CPD/Optisol Anticoagulant and Additive with Solution and donor care needle guard and diversion blood sampling arm. Period of Performance: 1 October 2013 - 30 September 2014. Blood Bags, plasma bags and accessories must fit the Trima Accel System Apharesis machine. Unit Price: ____________ Total: __________________ Item No. 1002: 20,000 EA 2000T Adapters Unit Price: ____________ Total: __________________ Item No. 1003: Emergency Shipping Charge Unit Price: ____________ Option Year 1 Total: _________________________ Item No. 2001:19,200 EA Blood Bags 450 ML Collection bag containing CPD/Optisol Anticoagulant and Additive with Solution and donor care needle guard and diversion blood sampling arm. Period of Performance: 1 October 2014 - 30 September 2015. Blood Bags, plasma bags and accessories must fit the Trima Accel System Apharesis machine. Unit Price: ____________ Total: _____________________ Item No. 2002: 20,000 EA 2000T Adapters Unit Price: ____________ Total: _____________________ Item No. 2003: Emergency Shipping Charge Unit Price: ____________ Option Year 2 Total: ___________________ Item No. 3001: 19,200 EA Blood Bags 450 ML Collection bag containing CPD/Optisol Anticoagulant and Additive with Solution and donor care needle guard and diversion blood sampling arm. Period of Performance: 1 October 2015 - 30 September 2016. Blood Bags, plasma bags and accessories must fit the Trima Accel System Apharesis machine. Unit Price: ____________ Total: _____________________ Item No. 3002 20,000 EA 2000T Adapters Unit Price: ____________ Total: _______________ Item No. 3003: Emergency Shipping Charge Unit Price: ____________ Option Year 3 Total: _____________________ Item No. 4001: 19,200 EA Blood Bags 450 ML Collection bag containing CPD/Optisol Anticoagulant and Additive with Solution and donor care needle guard and diversion blood sampling arm. Period of Performance: 1 October 2016 - 30 September 2017. Blood Bags, plasma bags and accessories must fit the Trima Accel System Apharesis machine. Unit Price: ____________ Total: ____________________ Item No. 4002: 20,000 EA 2000T Adapters Unit Price: ____________ Total: ____________________ Item No. 4003: Emergency Shipping Charge Unit Price: ____________ Option Year 4 Total: ____________________ Total Base Plus 4 Option Years $__________________ THE SOLICITATION MUST BE QUOTED ALL OR NONE. SUBSITUTE ITEMS: If you plan to provide other that the brand cited in the purchase description, provide in your response the brand name and the catalogue or part number you intend to furnish and the characteristic of the substitute item that are equivalent to the brand name. Also provide all documents which clearly describe the substitute item(s) so that it/they can be evaluated by the end user. Failure to submit the requested substitute item information before the closing date listed below will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in material composition, size, environmental application, etc. If an item is furnished which does not meet the requirement the item will be returned at the vendor's expense for a full refund. To be delivered FOB Destination to: Fort Benning Blood Donor Center, 8995 2nd Infantry Division R. Bldg 3271, Fort Benning, GA31905-7400. The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offers-Commercial Items (FEB 2012); Addendum 52.212-1: (m) required Central Contractor Registration Alternate A (NOV 2003); all of which apply to this solicitation. 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/. If the unit of issue on the proposal is cases, indicate the number of items per case. Indicate estimated shipping date after receipt of award. The estimated date of award is September 20, 2012. All responsible sources should submit proposals to Kiah M. Washington via fax at (706) 787-6573 or e-mail: Kiah.Washington@us.army.mil by September 17, 2012, 4:30 p.m. EST. (n) 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. 52.204-5, Women-Owned Business Other Than Small Business (MAY 1999); 52.211-6, Brand Name or Equal (AUG 1999); 52.225-25, Prohibition on Engaging In Sanctioned Activities Relating to Iran-Certification (NOV 2011); 52.203-2, Certificate of Independent Price Determination (APR 1985); 52.209-7, Information Regarding Responsibility Matters (JAN 2011): 52.216-1, Type of Contract (APR 1984) Firm Fixed Price; 52.233-2 Service of Protest (SEP 2006), 52.252-1 (FEB 1998), 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 or www.arnet.gov/far. 52.252-5, Authorized Deviations In Provisions (APR 1984) : (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.252.203-7005, Representation Relating to Compensation of Former DOD Officials (NOV 2011); 252.204-7011,Alternative Line-Item Structure (SEP 2011); 252.209-7001, Disclosure of Ownership or Control by the Government of A Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations and Certifications-Commercial Items (JUN 2005); 252.225-7020, Trade Agreements Certificate (JAN 2005); 52.212-2, Evaluation -Commercial items (JAN 1999); Addendum 52.212-2: Final decision as to award will be based on lowest price technically acceptable (acceptability is determined by the end-user). 52.212-3, Offeror Representations and Certifications-Commercial Items (APR2012) Alternate I (APR 2011). 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); Addendum to 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, see clause 52.252-2 for locations where full text can be found. 52.203-6, Restrictions on Subcontractor Sales to the Government(SEP 2006) Alternate I (OCT 1995); 52.203-12, Limitations on Payments to Influence Certain Federal Transactions (OCT 2010); 52.204-4, Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2012); 52.219-4, Notice of Price Evaluation Preference for Hub Zone Small Business Concerns ( JAN 2011); 52.219-8, Utilization of Small Business Concerns (JAN 2011);52.219-9, Small Business Subcontracting Plan (JAN 2011); 52.219-16, Liquidated Damages(NOV 2011); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010); 52.222-21, Prohibition of Segregated Facilities (FEB 1999)(EEO); 52.222-26, Equal Opportunity (MAR 2007) (EEO); 52.222-35, Equal Opportunity For Veterans (SEP 2010); 52.222-36, Affirmative Action for Workers with Disabilities Act (OCT 2010); 52.222-37, Employment Reports On Veterans (SEP 2010); 52.222-43, Fair Labor Standards Act and Service contract Act-Price Adjustment (SEP 2009); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-54, Employment Eligibility Verification (JUL 2012); 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008);52.232-18, Availability of Funds (APR 1984); 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); 52.242-13, Bankruptcy (JUL 1995); 252.201-7000, Contracting Officer's Representative ( DEC 19914); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (JAN 2009); 252.204-7003, Control of Government Work Product (APR 1992); 252.205-7000, Provisions of Information to Cooperative Agreement Holders (DEC 1991); 252.209-7004, Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country (DEC 2006); 252.225-7002, Qualifying Country Sources As Subcontractors (APR 2003); 252.225-7012, Preference For Certain Domestic Commodities (JUN 2010); 252.225-7021, Trade Agreements ( JUN 2012); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.243-7001, Pricing of Contract Modifications(DEC 1991); 252.243-7002, Requests for Equitable Adjustment (MAR1998); 252.247-7023, Transportation of Supplies By Sea (MAY 2002); 252.247-7024, Notification of Transportation of Supplies By Sea ( MAR 2000); 52.204.99, System for Award Management Registration (DEVIATION 2012-O0015) (AUGUST 2012) 52.217-8, Option to Extend Services ((NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor 30 days before contract expires. (End of clause) 52.217-9 (a) The Government may extend the term of this contract by written notice to the Contractor 30 days before contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 610 days before contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of clause) 52.219-28, Post-Award Small Business Program Rerepresentation (APR 2012); 52.222-40, Notification of Employee Rights Under The National Labor Relations Act (DEC 2010); 52.232-99, Providing Accelerated Payment To Small Business Subcontractors (DEVIATION 2012-O0014) (AUG 2012) 52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address (es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) 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. 252.204-7008, Export of Controlled Items (APR 2010); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2011) (DEVIATION). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2012) (DEVIATION).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV12R0035/listing.html)
- Place of Performance
- Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
- Zip Code: 30905-5650
- Zip Code: 30905-5650
- Record
- SN02874381-W 20120910/120908234106-b047a032fa4b4fb39e8ad4c8df8813d3 (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 |