This is a combined synopsis solicitation for commercial items prepared in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. This acquisition is being conducted under the FAR 13.5 test procedures for commercial items. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N62645-09-T-0175. Quotes are due not later than 3:30 P.M. EST on 17 June 2009. Provisions and clauses in effect through Federal Acquisition Circular 2005-23 are incorporated. NAICS 339112 with a size standard of 500 employees for reporting action purposes. This is a Full and Open Competition requirement; all qualified vendors are encouraged to submit a quote.
The Naval Medical Logistics Command has a requirement for Medical Kits for the Nuclear Navy Expeditionary Medical Support Command, Williamsburg VA.
Items in this acquisition and required for quotation are as follows:
Kit 1
Quantity: 1 Kit
Item Description Quantity
CLAMP HOLDER 4
SUPPORT, BASE & ROD 1
SPOON, MEASURING 0.05G 3
BEAKER, LOW FORM 600ML 2
FLASK, ERLENMEYER 250ML 2
FLASK, ERLENMEYER 500ML 2
CYLINDER, GRADUATED 10ML TD WHITE 2
SPOON, MEASURING 1.0G 2
SPOON, MEASURING 0.1G 2
FUNNEL, SEPARATORY 250ML 2
SUPPORT, RING STAND 5X8 BASE 4
TONGS, BEAKER 2
WATCH GLASS, PYREX* 65MM 1
RING, SUPPORT 3 INCH 1
RING, SUPPORT 4 INCH 2
SPOON, MEASURING 0.2G 3
SPOON, MEASURING 0.5G 2
CLIPPERS, FOR SMALL PWD PLWS 1
BEAKER, PP LOW FORM 50ML PK/12 4
BEAKER, PP LOW FORM 150ML PK/12 1
BEAKER, PP LOW FORM 250ML PK/6 1
CYLINDER, GRADUATED PP 25ML 5
CYLINDER, GRADUATED PP 50ML 6
CYLINDER, GRADUATED PP 100ML 5
CYLINDER, GRADUATED PP 250ML 5
CYLINDER, GRADUATED PP 500ML 5
STOPPER FOR 18MM TUBE PK/25 4
CYLINDER, GRAD MIX 25ML LOW FORM 4
CYLINDER, GRAD MIXING 50 ML 2
RACK FOR ODI TEST 4
COTTON BALLS, ABSORBENT PK/100 4
BOTTLE, BR AMB GLASS 237ML PK/6 1
FLASK, VOLUMETRIC PP 100ML 6
FLASK, VOLUMETRIC PP 500ML 6
FLASK, VOLUMETRIC PP 1000ML 2
FUNNEL, SEPARATORY PP 500ML 2
SODIUM CHLORIDE, 491 MG/L 100ML 2
STOPPER, HOLLOW 11X17X26MM PK/6 3
PIPET, VOLUMETRIC CLASS A 5ML 2
FLASK, VOLUMETRIC CLASS A 200ML 1
FINGER C0T, ZETEX* FABRIC PK/2 2
TUBING CONN, QDISC 9.5-6.4 PK/12 1
STIR BAR RETRIEVER, MAGNETIC PE 2
DIGITAL TITRATOR 2
DELIVERY TUBE, 180 DEG HOOK PK/5 30
CORD, 18/3 SVT 7.5' 10A-125V 2
RACK, COD TEST TUBE COOLING 1
TITRASTIR ASSY 115 V 2
TENSETTE PIPET 0.1-1.0 ML 2
TENSETTE PIPET 1.0-10.0 ML 2
CYLINDER, GRAD MIX 100ML HDPE STPR 12
STIR BAR, OCTAGONAL 22.2X7.9MM 2
STIR BAR, OCTAGONAL 50.8X7.9MM 2
WIPER, DISPOSABLE 11X22CM PK/280 2
CLAMP, 2-PRONG EXTENSION 38MM 2
DROPPER, LDPE 0.5&1.0ML PK/20 7
CAP, WHT PP 24-400 FOAM LNR PK/6 1
WEIGHING BOAT, 8.9CM SQ PK/500 2
PIPET TIP, FOR 19700-01 PK/1000 1
PIPET TIP, FOR 19700-10 PK/250 4
DISPENSER W/FLASK, POUR-OUT 10ML 1
SUPPORT, SEPARATORY FUNNEL PP 2
BUFFER SOLN, RED PH4.01 500ML 2
BUFFER SOLN, YELLOW PH7.00 500ML 2
BUFFER SOLN, BLUE PH10.01 500ML 2
TUBING, C-FLEX* 1/4ID 1/16W WHT 1
SAMPLE CELL, 25X95MM 10-20-25ML PK/6 5
ACCUVAC SNAPPER 2
SAMPLE CELL, 25X60MM PK/6 10ML MARK 4
FLASK, ERLENMEYER WM 2000ML 2
SAMPLE CELL, 10ML MATCHED PK/8 1
AMPULE BREAKER, P/A 1
PIPET, WIRETROL 50-100UL PK/250 1
FUNNEL, MICRO PP 35MM TOP ID 4
SAMPLE CELL, W/STOPPER MATCHED PAIR 5
BOTTLE, WASH SAFETY ASSORT 500ML 1
SAMPLE CELL, 50MM OPTICAL GLASS 1
THERMOMETER -20 TO 110 C 305MM 2
ADAPTER, 90 DEGREE W/HOSE ADPTR 1
FLASK, ERLENMEYER 100ML 1
DISTILLING RECIEVER, 10ML 1
MERCURY ABSORBER COLUMN 1
STOPPER, PENNY HEAD 1
CLAMP, EXTENSION THERMOMETER 1
RING, SUPPORT PLAIN 4.6"OD / 4.0"ID 1
aa STABLCAL AMPULE KIT, 2100P 1
GAS WASHING BOTTLE, 1200ML 1
STOPPER, F/GAS WASHING BOTTLE 1
ASSY, AIR TRAP HOLDER 1
TOOL, AIR TRAP BREAKER/CAPPER 1
SAMPLE CELL SET, 1" SQ DR4000 1
APPARATUS SET, COLD VAPR MERCURY 1
MEMBRANE, VENTING PTFE PK/18 5
PH STORAGE SOLN, 500ML 2
EVAPORATING DISH, 125MM X 65MM 2
PUMP, VACUUM 1.2CFM 115V 60HZ 1
HOT PLATE/STIR 7X7, CIMAREC DIG 115V 2
BALANCE, PRECISION 500G X 1MG 100-240V 50/60HZ 2
aa 2100P PORTABLE TURBIDIMETER 1
ASSY, STAND, HQ SERIES METER 2
CELL HOLDER ASSEMBLY, TTHM 1
aa POCKET CLRMTR II CL/PH SYSTEM 1
PROBE STAND FOR INTELLICALCAL PROBES 2
CONDUCTIVITY PROBE, STD, w/1m CABLE 2
SPCL DR5000 SPECTRO UV/VIS 115/230V 1
vv HQ40d MULTI PORTABLE METER 2
DATATRANS SOFTWARE PACK 1
pH LIQUID PROBE, STD, w/1m CABLE 2
Kit 2
Quantity: 1 kit
Item Description Quantity
COPPER STD SOLN, 100MG/L 100ML 1
HYDROCHLORIC ACID, ACS 500ML 3
NITRIC ACID, ACS 500ML 4
TITRAVER HARDNESS RGT, ACS 100G 1
POTASSIUM HYDROXIDE 12N 100ML 1
HYDROXYLAMINE HYDROCHLORIDE 113G 2
WATER, DEIONIZED 4L (DEMINERALIZED) 8
FLUORIDE STD SOLN, 1.0MG/L 500ML 1
NITROGEN, NITRATE 10MG/L 500ML 1
BUFFER SOLN, SULFATE TYPE 500ML 1
POTASSIUM CYANIDE, 125G 1
SULFURIC ACID CONC, ACS 2.5L 2
SODIUM HYDROXIDE, 1.00N 1000ML 1
SULFURIC ACID, 1.000N 100ML MDB 2
SODIUM HYDROXIDE SOLN 50% 500ML 4
SODIUM HYDROXIDE 5.0N 1L 2
SODIUM NITRITE, ACS 454G 2
COTTON BALLS, ABSORBENT PK/100 1
SULFATE STD SOLN, 50MG/L 500ML 6
DIAMINOBENZIDINE 4-HYDROCHLORIDE 1
BARIVER 4 POWDER PILLOWS PK/100 1
DITHIVER METALS RGT PP PK/100 1
CADMIUM STD SOLN, 100MG/L 100ML 1
CHROMIUM, TRIVALENT 50MG/L 100ML 1
rr MERCURY STD SOLN, 1000MG/L 100ML 1
BUFFER PWD PLW, CITRATE PK/100 1
CHLORIDE, 12500 10ML AMP PK/16 6
NITROGEN 500MG/L 10ML AMP PK/16 6
NITROGEN, 500MG/L 2ML AMP PK/20 2
TITRAVER EDTA 0.0800M, CARTRIDGE 1
TITRAVER EDTA 0.800M, CARTRIDGE 1
CHLOROFORM, ACS 4L 1
TOLUENE, ACS 4L 1
ARSENIC STD SOLN, 1000MG/L 100ML 1
BARIUM STD SOLN, 1000MG/L 100ML 1
SELENIUM STD, 1000MG/L 100ML 1
REAGENT SET, TOTAL CHROMIUM 1
REAGENT SET, TOT HDNS F/DT KIT 1
REAGENT SET, CHLORIDE FOR 2
HYDROCHLORIC ACID SOLN, 1.0M 1L 1
LEAD STD SOLN, 10MG/L 25ML 10
REAGENT SET, LEADTRAK KIT 5
REAGENT SET, CYANIDE 10ML 1
REAGENT SET, HARDNESS 10-160MG/L 1
REAGENT SET, HARDNESS 100-4000 1
CUVER 2 COPPER ACCUVAC, PK/25 4
SULFAVER 4 ACCUVAC, PK/25 4
ACCUVACS NON-ARSENIC SPADNS REAGENT 4
STD COLOR SOLN 15 UNITS, 1000ML 1
RGT SET, TNT NITRAVER X 50 TESTS 2
RGT SET, TNT NITRIVER 3 PK/50 2
POTASSIUM PERSULFATE, ACS 454G 2
WATER, ORGANIC FREE 500ML 2
MERCURY RGT SET, COLD VAPOR EXT 4
THM RGT 1, SCDB 1
THM RGT 2 SOLN 330ML 1
THM RGT 3 SOLN 1
THM RGT 4 PP PK/100 1
THM STD, 10PPM AS CHLOROFORM PK/7 12
RGT SET, ATRAZINE IMMUNOASSAY 20TEST 5
rr TEST KIT, ARSENIC 1
RGT SET, ALACHLOR IMMUNOASSAY 5
HR HARDNESS QC STD, 500ML 1
LR HARDNESS QC STD, 500ML 1
POTASSIUM PERMANGANATE, 454G 2
Statement of Work
Each item in the kits must be shipped together in one box. Each kit must be shipped separately. Items may not be shipped separately. The packaging must be done to insure items are not broken during shipment.
Evaluation Factors for Award: Lowest price, technically acceptable. Offerors shall price one or both Kits.
Multiple awards may be given to the lowest price technical acceptable offer per kit.
This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures.
TECHNICAL PROPOSAL INSTRUCTIONS: Offerors are required to provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements of the Statement of Work.
In addition to the technical documentation of the kits, the vendor shall provide company details, specifically:
Complete company name and address:
Point of Contact:
Fax number:
Phone number:
Email Address:
Current and valid Tax Identification Number (TIN):
Current and valid CAGE Code:
Current and valid DUNS number:
Vendor shall be registered in the Central Contractor Registration website, www.ccr.gov prior to contract award.
The following provisions and clauses (current through FAC 2005-32 effective 14 May 2009) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) FAR 52.222-3 - Convict Labor , FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.222-41 - Service Contract Act of 1965, , FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.237-1 - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications.
IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register.
IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.
Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations.
Only email proposals will be accepted. Email proposal as attachment to Jan Harding at
[email protected]. No paper proposals will be accepted. Proposals are due by 3:30 P.M. EST on 17 June 2009. Any questions must be addressed to Jan Harding, by email only, NLT 11 A.M EST on 10 June 2009. No phone calls accepted.
Bid Protests Not Available