Federal Bid

Last Updated on 15 Sep 2016 at 3 PM
Combined Synopsis/Solicitation
Location Unknown

MMR and Varicella Vaccines

Solicitation ID W81A9P61590111Vaccines
Posted Date 01 Aug 2016 at 3 PM
Archive Date 15 Sep 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W7n3 Uspfo Activity Ut Arng
Agency Department Of Defense
Location United states
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. The solicitation number is W81A9P61590111Vaccines and is being issued as an unrestricted request for quote. The Northern America Industry Classification System Code (NAICS) is 325414 and the size standard is 1,250 employees.
The Utah Army National Guard has a requirement for the following: 111 Vials (10 shots per vial) Measels, Mumps & Rubella Vaccine; 73 Vials (10 shots per vial) Varicella Vaccine. The varicella is for Chicken Pox vaccination and the MMR is for adults.
Evaluations Factors: The contract type for this procurement will be a firm-fixed price and award shall be made on the basis of best value. Price will be the main consideration; however, the products must be deliverable within a short time. Therefore, the government reserves the right to award to other than lowest price if the lowest price is not able to deliver by 15 Aug. In addition to pricing, quotes must contain expected delivery time. The government also does not intend to break this requirement into separate purchase orders and believes the requirement will be filled under federal supply schedule contract.

All firms or individuals responding must meet all standards required to conduct business with the Government, including being SAM registered, and be in good standing. Qualified firms or individuals must also the ability to submit invoices and receive payment electronically through Wide Area Work Flow. All qualified responses will be considered by the Government.

Quotes are due to the United States Property and Fiscal Office Purchasing and Contracting Division no later than 9am (Mountain Time) 04 August 2016. All submissions should be sent via email to: [email protected]. Facsimiles are not acceptable. Question regarding this requirement may also be directed to this email with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. Questions received that do not allow time to research and answer may go unanswered and will not be considered reason to extend this notice.

In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov . Failure to provide SAM registration may result in your quote being disqualified from consideration.

The following provisions and clauses are applicable to this solicitation:
FAR 52.202-1 - Definitions
FAR 52.203-3 - Gratuities
FAR 52.203-6 Alt 1 - restrictions on Subcontractor Sales to the Government
FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper
FAR 52.204-7 - Central Contractor Registration
FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontracting Awards
FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement
FAR 52.211-6 - Brand Name or Equal
FAR 52.212-1 - Instructions to Offerors
FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items
FAR 52.212-4 - Terms and Conditions - Commercial
FAR 52.212-5 - Dev - Statutes/Exec Orders
FAR 52.219-1 (Alt I) - Small Business Program Representation
FAR 52.219-6 - Notice of Total Small Business Set-Aside
FAR 52.219-8 - Utilization of Small Business Concerns
FAR 52.219-14 - Limitations on Subcontracting
FAR 52.219-28 - Post-award Small Business Program Representations
FAR 52.222-3 - Convict Labor
FAR 52.222-21 - Prohibit Segregated Facilities
FAR 52.222-22 - Previous Contract and Compliance Reports
FAR 52.222-25 - Affirmative Action
FAR 52.222-26 - Equal Opportunity
FAR 52.222-35 - Equal Opportunity for Veterans
FAR 52.222-36 - Affirmative Action for Workers With Disabilities
FAR 52.222-37 - Employment Reports on Special Disabled Veterans
FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act
FAR 52.222-41 - Service Contract Act of 1965
FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires
FAR 52.222-43 - Fair Labor Standards Act and Service Contracts Act Price Adjustment (Multiple Year and Option Contracts)
FAR 52.222-50 - Combating trafficking in Persons
FAR 52.222-54 - Employment Eligibility Verification
FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-23 - Restrictions on Certain Foreign Purchases
FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications
FAR 52.232-1 - Payments
FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration
FAR 52.233-1 - Disputes
FAR 52.233-2 - Service of Protest
FAR 52.233-3 - Protest After Award
FAR 52.233-4 - Applicable Law for Breach of Contract Claim
FAR 52.243-1 (Alt 1) - Changes-Fixed Price
FAR 52.247-34 - FOB Destination
FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form)
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 Deviation in Clauses
DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights
DFARS 252.204-7003 - Control of Government Personnel Work Product
DFARS 252.204-7004 Alt A - Required Central Contractor Registration
DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liabilit of a Felony Conviction Under Any Federal Law
DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items
DFARS 252.212-7001 - Dev Terms and Conditions
DFARS 252.225-7001 - Buy America Act and Balance of Payments Program
DFARS 252.225-7002 - Qualifying Country as Subcontractors
DFARS 252.225-7012 - Preference for Certain Domestic Commodities
DFARS 252.232-7003 - Electronic Submission of Payment Requests
DFARS 252.232-7010 - Levies on Contract Payments
DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel
DFARS 252.243-7001 - Pricing of Contract Modifications
DFARS 252.243-7002 - Requests for Equitable Adjustment.

FAR 52.252-2 Clauses Incorporated by Reference. 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 full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ .

IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award. Prospective vendors should visit the SAM website at http://www.sam.gov/start.aspx to register.

Bid Protests Not Available

Similar Past Bids

Apo Ap 20 Aug 2009 at 6 AM
Location Unknown 27 May 2025 at 4 AM
Location Unknown 30 Sep 2014 at 10 AM
Elizabeth city North carolina 10 Jan 2023 at 9 PM
Bethesda Maryland 13 Oct 2004 at 5 AM

Similar Opportunities

Gaithersburg Maryland 17 Jul 2025 at 5 PM
Aberdeen proving ground Maryland 05 Feb 2026 at 5 AM (estimated)
Aberdeen proving ground Maryland 05 Feb 2026 at 5 AM (estimated)