Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2020 SAM #6890
SOLICITATION NOTICE

65 -- Scheduled Delivery of Brand Name BIO-RAD QC Materials

Notice Date
10/8/2020 6:33:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
U S NAVAL HOSPITAL GUAM FPO AP 96538-1600 USA
 
ZIP Code
96538-1600
 
Solicitation Number
N6809621Q2103
 
Response Due
10/13/2020 8:00:00 PM
 
Archive Date
10/15/2020
 
Point of Contact
Regel A. Agahan, Phone: 6713447073
 
E-Mail Address
regel.a.agahan.civ@mail.mil
(regel.a.agahan.civ@mail.mil)
 
Description
This is a combined synopsis/solicitation issued to a single source for commercial items prepared per the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested and a written solicitation will not be issued. Solicitation N6809621Q2103-- is being issued as a Request for Quotation (RFQ). Solicitation N6809621Q2103-- and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circulation 2020-09. This requirement will be procured other than full and open competition under the authority of FAR 13.106-1(b) Soliciting from a Single Source to Mariano Prime LLC 442 Chalan San Antonio Tamuning, GU 96913-3209 The North American Industry Classification System (NAICS) code is 325413 � In-Vitro Diagnostic Substance Manufacturing. Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov, in order to be considered for award. Description Supplies requested:� Scheduled delivery of Brand Name BIO-RAD Quality Control Materials � See items and delivery schedule attached. Special requirements: All items must be shipped in a manner that allows products to maintain optimal temperature throughout the shipment process All items must be shipped to the nearest lot release dates as possible, with only one lot number per shipment All items must have the longest possible shelf life All items must be delivered directly to USNH Guam Items must meet all Clinical Laboratory Improvement Amendments (CLIA), College of American Pathologists (CAP), and Food and Drug Administration (FDA) requirements. Period of Performance: First scheduled delivery of items on or before 15 November 2020 Place of Performance: Direct shipping to US Naval Hospital Guam, Building 50 Farenholt Road, Agana Heights, Guam 96910 � Laboratory Department The Supplies are for the US Naval Hospital Guam (hereinafter referred to as USNH Guam). The Laboratory USNH Guam will inspect/accept the supplies delivered/services performed. The provision at FAR 52.204-24, Representation on Contracting Telecommunication and Video Surveillance Services or Equipment applies to this solicitation and is incorporated in full text on pages 3 and 4.� The contractor must complete the representation at subparagraph (c) of the provision as part of it offer/quotation. The clause at FAR 52.204-25, Prohibition on Contracting for certain Telecommunications and Video Surveillance Services or Equipment applies to this solicitation and is incorporated by reference. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition and is tailored as follows: Addendum to FAR 52.212-1: (b)(6) A quotation/offer submitted in response to this combined synopsis/ solicitation must be ""Firm-fixed price."" The provision at FAR 52.212-2, Evaluation--Commercial, applies to this acquisition and is tailored as follows: Addendum to FAR 52.212-2: (a) The government contemplates awarding a fixed price purchase order from this solicitation to the responsible offeror whose quotation/offer conforming to the solicitation is the lowest priced quotation/offer. (b) Offeror must provide quotation for ALL items listed on the Delivery Schedule attached and provide authorized distributorship if other than manufacturer in order to be considered. The provision at FAR 52.212-3, ALT I, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.beta.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. See the ""full text"" version of this provision within this announcement. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. There are no addenda to this clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Clauses marked with a ""XX"" under 52.212-5 also apply to this notice. See the ""full text"" version of the clause within this announcement. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Deviation 2018-O0021)(Sep 2018), applies to this acquisition. There are no addenda to this clause. To access all clauses referenced in this notice, visit http://farsite.hill.af.mil/ � Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov, to be considered for award. Offerors must be able to utilize the Wide-Area-Work-Flow (WAWF) electronic invoicing as a method of payment. You can access the WAWF at https://wawf.eb.mil. Follow the step-by-step procedures for self-registration. A determination not to compete this procurement based on response(s) to this notice is solely within the discretion of the Government. A response to this notice must show clear and convincing evidence that competition will be in the best interest of the Government. Those capable of meeting the requirement IAW the details listed above are requested to provide the following information in their response: 1) Current capability that demonstrates your company�s ability to meet the above requirement, 2) Authorized distributorship from Manufacturer, 3) Company name, point of contact, e-mail address, telephone and fax numbers, type of business and size, Cage Code and DUNS number. Submission of Quotation Only email Quotations will be accepted. (Email can be no larger than 5 MB, multiple emails will be accepted)� Email proposal as attachment to Regel A. Agahan, Email: regel.a.agahan.civ@mail.mil �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c65d9954482f47a5b13d22f7291ddfbf/view)
 
Place of Performance
Address: GU 96910, USA
Zip Code: 96910
Country: USA
 
Record
SN05824471-F 20201010/201008230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.