Point Of Contact Not Available
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 solicitation W81K00-09-T-0430 of purchase request W81NWY91474002 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33.
The associated North American Industrial Classification System (NAICS) code for this procurement is 423450. Size standard is 100 employees. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency.
The requirements of this solicitation are for HPV Kits, HC2 Conversion Kits (FDA Approved) used for detection of (CERVICAL CANCER) High Risk HPV Genotypes in Cervical Samples for Brooke Army Medical Center, Fort Sam Houston TX 78234. Quantities are to be ordered during the period of 01 October 2009 through 30 September 2010 (base year) plus one option year from 01 October 2010 through 30 September 2011, FOB Destination.
NOTE TO CONTRACTORS: Please submit pricing for each CLIN below for the base period and option year thru 30 September 2011.
Line Item No. 0001 Quantity = 20 kits
hc2 Sample Conversion Kit
hc2 Sample Conversion Kit, PN: 5100. Payment for items ordered and received.
FOB: Destination
Line Item No. 0002 Quantity = 2 each
Screw Caps
Screw Caps, PN: 5080-1000. Payment for items ordered and received.
FOB: Destination
Line Item No. 0003 Quantity = 4 each
Duraseal Sealing Film
Duraseal Sealing Film, PN: 6000-5003. Payment for items ordered and received.
FOB: Destination
Line Item No. 0004 Quantity = 1 each
Disposable Tips
Disposable Tips, PN: 6000-5006. Payment for items ordered and received.
FOB: Destination
Line Item No. 0005 Quantity = 72 each
96 Well Plate
96 Well Plate, PN: 6000-1203. Payment for items ordered and received.
FOB: Destination
Line Item No. 0006 Quantity = 72 each
Costar Plate Lids
Costar Plate Lids, PN: 6000-5001. Payment for items ordered and received.
FOB: Destination
Line Item No. 0007 Quantity = 10 each
XLG Pipette Tips
XLG Pipette Tips, PN: 5075-1011. Payment for items ordered and received.
FOB: Destination
Line Item No. 0008 Quantity = 1 each
Reagent Trough Lids
Reagent Trough Lids, PN: 6000-5010. Payment for items ordered and received.
FOB: Destination
Line Item No. 0009 Quantity = 1 each
RCS Reagent Troughs
RCS Reagent Troughs, PN: 6000-5008. Payment for items ordered and received.
FOB: Destination
Line Item No. 0010 Quantity = 1 each
Splashing Cover, Wash Station RCS
Splashing Cover, Wash Station RCS, PN: 9235052. Payment for items ordered and received.
FOB: Destination
Line Item No. 0011
hc2 High-Risk HPV DNA Test
hc2 High-Risk HPV DNA Test, PN: 5199-1220.
This HPV test kit and associated items need to be: FDA approved, able to detect 13 high-risk HPV types including 16,18,31,33,35,39,45,51,52,56,58,59,68, approved to test hc2 DNA collection devices, cervical samplers, specimen transport mediums and ThinPrep Pap test PreservCyt Solution. Payment for items ordered and received.
FOB: Destination
NOTE: All vendors and/or commercial sales representatives that are conducting business with or providing services to Brooke Army Medical Center are required to enroll in the facilitys vendor management program. Vendors/representatives must register at www.vcsdatabase.com
Award will be on an ALL OR NONE basis and brand name or equal.
Delivery shall be FOB Destination to Brooke Army Medical Center. Pricing quote shall include all applicable fees.
The following FAR and DFARS provisions and clauses apply to this solicitation:
The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil
The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration
52.211-6 Brand Name or Equal. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 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, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, and 52.232-18 Availability of Funds . 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.212-7010 Levies on Contract Payments; 52.211-6 Brand Name or Equal.
The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]:
a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes:
Technical acceptability and price.
1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the products offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer.
2. Price.
3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote.
Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 26 Aug 2009, 02:00 PM, Central Standard Time. Submit offers via email to
[email protected]Place of performance:
Brooke Army Medical Center
Medical Supply Officer
WHSE Rec Dock Bldg 3600
3851 Roger Brooke Dr
Fort Sam Houston, TX 78234-6200
UNITED STATES
Contact: Kenneth Tyson, Contract Specialist, Phone 210-221-4723,
E-Mail:
[email protected]Contracting Office Address:
Great Plains Regional Contracting Office
MCAA GP BAMC
3851 Roger Brooke L31-9V
Fort Sam Houston, TX 78234-6200
Bid Protests Not Available