Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2018 FBO #6155
SOLICITATION NOTICE

65 -- Blood and Blood Products

Notice Date
9/28/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
 
ZIP Code
20889
 
Solicitation Number
W91YTZ-18-Q-0202
 
Archive Date
10/13/2018
 
Point of Contact
Deneith Graves, Phone: 7067872211
 
E-Mail Address
deneith.graves.civ@mail.mil
(deneith.graves.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. Solicitation number W91YTZ-18-Q-0202 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-100 and Defense Federal Acquisition Supplement Publication (DPN) 20180824. This acquisition is issued on an unrestricted, competitive basis under NAICS code 339113 and size standard is 750. Those that are Brand name or Equal are identified in the Government anticipates executing a single firm fixed price award. The requirement is to provide Blood and Blood Products for Winn Army Community Hospital, Department of Pathology, Winn Army Community Hospital, Fort Stewart, Georgia. All responsible sources may submit a quotation which shall be considered by the agency. Period for delivery of all associated items shall be 1 October 2018 - 30 September 2019 Quotes are due by September 28, 2018 at 3:00 pm EST. Questions must be submitted via email no later than September 28, 2018 at 1:00 pm EST. Quotes and questions shall be submitted via email to deneith.graves.civ@mail.mil. PRICE SCHEDULE ITEM NO. 0001 Reduced Red Blood Cells QTY: 230 EA. UNIT PRICE: ___________ EA. TOTAL: ____________ ITEM NO. 0002 Cryoprecipitate QTY: 50 EA. UNIT PRICE: ___________ EA. TOTAL: ____________ ITEM NO. 0003 Plasma Frozen QTY: 100 EA. UNIT PRICE: ___________ EA. TOTAL: ____________ ITEM NO. 0004 Reduced Platelet Pheresis QTY: 50 EA. UNIT PRICE: ___________ EA. TOTAL: ____________ ITEM NO. 0005 Cryo-poor Plasma QTY: 50 EA. UNIT PRICE: ___________ EA. TOTAL: ____________ GRAND TOTAL $__________________ Place of Performance Winn Army Community Hospital Department of Pathology Fort Stewart, GA 31314 The following commercial provisions and/or clauses apply to this acquisition: •· 52.212-1, Instructions to Offerors -- Commercial and its addenda for submitting quotes, •· 52.212-3, Offeror Representations and Certifications -- Commercial Items, •· 52.212-4, Contract Terms and Conditions -- Commercial Items and its addenda, and •· 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items and additional FAR clauses cited in the clause 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2017) Addendum to 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-1 is hereby amended to reflect the changes shown below: Submission of Quotes: All vendors who submit quotes must be registered in the System for Award Management (SAM) prior to award, and lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration Internet at https://www.sam.gov or the SAM Help desk at https://www.fsd.gov. All questions shall be submitted via email no later than 1:00PM EST September 28, 2018 to deneith.graves.civ@mail.mil. Responses will be posted to the Federal Business Opportunities website. Quotes will be accepted via email only. All responsible sources should submit quotes to Deneith Graves via e-mail: deneith.graves.civ@mail.mil by September 28, 2018 3:00 PM EST. Vendors shall confirm receipt of their quotes was received by the time specified in the solicitation. 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 offer. All 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. Cover email shall include: Data Universal Numbering System (DUNS) / CAGE Code, Point of contact for individual authorized to enter in to discussions to include phone and email. Instructions for the Preparation of Quote: The quote shall be prepared in two (2) separate volumes as indicated below. •• Volume I-Technical (not to exceed ten pages, each page numbered) •• Volume II-Pricing VOLUME I - TECHNICAL The technical response to the quote, Volume I, shall be addressed in sufficient written detail for the Government to determine if the vendor understands this aspect of the Government's requirement. The quoter shall review the Requirements Statement and Pricing Schedule and address each factor separately, and shall provide sufficient narrative and supporting data for each factor. Lack of any of these significant capabilities shall be considered sufficient cause for the quote to be determined unacceptable. The Technical response shall provide sufficient detail for the Government to determine whether the details within meets the requirements of the solicitation. Statements that the quoter understands, can or will comply with all specifications, or statements paraphrasing the specifications of parts thereof, or phrases such as "standard procedures will be used" or "well-known techniques will be used" will be considered unacceptable. The technical response shall provide a narrative and supporting data with the following sections organized separately so that the evaluation factors listed below are included. The technical response to the quote, Volume I, Shall addressed providing 24/7 access to the customer results. The colony Count testing will be reported on Sundays, Holidays, or any day that testing is completed. Vendor shall maintain compliance with TJC Infection Control requirements. VOLUME II - PRICING Assessment of price reasonableness based on comparison to market prices. •a. The quoter shall submit proposed pricing for all Line Item Numbers (SUBCLINs) identified in the Price Schedule, unless otherwise noted. The vendor shall limit their unit and extended prices to two (2) decimal places (example: $158. 03 ). •b. The vendor shall submit pricing totals individually, as well as a grand total. All responsible vendors must submit: •- Technical Description of items being offered (see note) •- Clin/Item Number Pricing (filled out) •- Company's Dunn and Bradstreet number (DUNS) •- CAGE code •- Delivery Time •- Company Contact Information, for evaluation purposes. •- Fill out and return 52.212-3 Alt I (Registration in SAM can be substituted for FAR 52.212-3 Alt I. The information in SAM must be current and complete before an award can be made. Contractor shall not have any Active Exclusion Record in SAM. AWARD DETERMINATION Award will be made to the vendor whose quote is the lowest total price that guarantees delivery of all items on the price schedule and address all aspects of the Requirements Statement. The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be the most advantageous for the Government, price and other factors considered (e.g. current registration in SAM). The following factors shall be used to evaluate: Technical and Price FACTOR: 1 TECHNICAL •1. Contractor shall submit product literature •2. Contractor shall demonstrate the ability to respond within 90 minutes of request. •3. Contractor shall demonstrate the ability to provide services 24 hours a day. •4. Contractor shall demonstrate the ability to properly package blood and or blood products in accordance under paragraph heading "Specific Task". •5. The contractor shall provide, product recall notifications and product disposition guidance within 48 hours of a recall announcement. •6. The contractor shall demonstrate the ability to provide technical support, as needed, to regarding any blood and blood products received. •7. Contractor shall demonstrate possessing all below certifications and any additional license or certification required. •• Accreditation with American Association of Tissue Bank (AATB) •• Certification of Accreditation for Clinical Laboratory Improvement Amendments (CLIA) •• Food and Drug Administration (FDA) Technical will be evaluated as either Acceptable or Unacceptable. Best value is expected to result from selection of the technically acceptable response with the lowest evaluated price. Definitions are as follows: ACCEPTABLE: To be rated acceptable, the vendor's technical response must demonstrate it can meet all specifications and testing requirements. UNACCEPTABLE: A technical response that fails to demonstrate it can meet one or more requirements will be determined unacceptable. FACTOR II: PRICE Price will be evaluated separately from Technical and will be evaluated for fairness and reasonability. The vendor shall complete the CLIN structure with a unit price and total cost. (End of Addendum to 52.212-1) Addendum to 52.212-4 Contract Terms and Conditions -- Commercial Items (JAN 2007) Other applicable clauses to this acquisition: 52.204-16 - COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.214-34 - SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (OCT 2015) Incorporated by Full Text 52.209-2 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATIONS (NOV 2015) 52.209-11 - REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 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) 252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEVIATION 2016-O0001)(OCT 2015) 252.204-7011 -- ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (See Clins) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (JAN 2017) Alternate I (OCT 2014) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ https://acquisition.gov/far/index.html 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.222-19 -- CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-3 - HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) 52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 -- PROTEST AFTER AWARD (AUG 1996) 52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (DEC 2014) 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (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. 252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (OCT 2016) 252.204 - 7015 - DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) iRAPT (LC 5002) (Formally known as WAWF) HIPPA (LC 5001) (End of Addendum to 52.212-4) 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JAN 2017) (DEVIATION 2013-O0019) REQUIREMENTS STATEMENT WINN ARMY COMMUNITY HOSPITAL DEPARTMENT OF PATHOLOGY FORT STEWART, GA 31314 American Red Cross Blood and Blood Product Supply DESCRIPTION OF SUPPLIES/SERVICES: The contractor shall provide Blood and blood products to Winn Army Community Hospital (WACH) Department of Pathology. PERIOD OF PERFORMANCE: 1 October 208 until 30 September 2019 SPECIFIC REQUIREMENTS: The Contractor shall provide WACH Department of Pathology, with Blood and Blood Products The blood/blood products shall be ordered on an as needed basis by WACH Department of Pathology contracting officer representative and shipped to WACH under a designated time period. An estimated delivery date/time will be provided by the contractor during order request confirmation. The contractor shall be available 24 hours a day, seven days per week to accept orders and respond to order status questions and or order discrepancies. The contractor shall provide technical support to WACH Department of Pathology regarding the blood and blood products received. The contractor shall ensure products are appropriately packaged so that the blood and/or blood products integrity and viability is maintained during shipping to WINN, Department of Pathology. •1. Reduced red blood cells are received at a temperature Between 1-10°C. •2. Reduced platelet pheresis is received at a temperature between 20- 24°C. •3. Frozen plasma is received at a temperature less than -18°C. •4. Cryoprecipitate is received at a temperature less than -18°C. •5. Cryo-poor plasma is received at a temperature less than -18°C The contractor shall ensure products are appropriately packaged so that the unit's integrity/viability is maintained during shipping to WACH. The contractor shall provide WACH Department of Pathology with product recall notifications and product disposition guidance within 48 hours of a recall announcement. The contractor shall submit invoices within 30 days of order request using the Wide Area Work Flow invoicing system. GENERAL INFORMATION: HOURS OF OPERATION: Contractor shall be available 24 hours a day, seven days a week, in order to accept order requests and status inquiries. RECORDS: The contractor shall be responsible for creating, maintaining, and disposing of Regulatory required records to maintain compliance. If requested by the Government, the contractor shall provide the original record or a reproducible copy of any such record within five working days of receipt of the request. GOVERNMENT FURNISHED PROPERTY (GFP) AND SERVICES: The US Government will not provide any equipment, fuel, personnel, utilities or facilities to the contractor for the execution of this contract. During an emergency, only the necessary basic lifesaving and life support measures be conducted. PAYMENTS: Contractor shall create a 2-in-1 invoice document using the government's iRAPT formerly Wide Area Work Flow (WAWF) electronic internet based system. The website is https://wawf.eb.mil for registration and payment and receipt information at http://www.dfas.mil/money/vendor. Contractor shall invoice in accordance with DFARS 252.232-7003. Contractor shall ensure that a new invoice number is not generated when it is necessary to resubmit an invoice for payment and that the same invoice number listed on the original document submitted with a letter after the number is used. (Example: Invoice # 100473, 100473A, etc.). Contractor shall ensure that 2-n-1 invoices are submitted in iRAPT within 30 days of the bimonthly/monthly billing cycles.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-18-Q-0202/listing.html)
 
Place of Performance
Address: Eisenhower Army Medical Center, Fort Gordon, Georgia, 30905, United States
Zip Code: 30905
 
Record
SN05110647-W 20180930/180928230952-8499801b3ca09884b810ea994d2c43ab (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.