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.
The solicitation number is W91YTV-12-T-0226. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. Federal Acquisition Regulation (FAR) Clause 52.211-6, Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR 52.211-6 if submitting other than the Brand Name product. This requirement is Unrestricted and the North American Industry Classification System Code (NAICS) for this procurement is: 334516; and the small business size standard is 500. Martin Army Community Hospital, Fort Benning, Georgia, has a need for various Blood Bank reagents that MUST be compatible with an existing Ortho Clinical Diagnostic MTS Gel System.
SUBSTITUTED ITEMS: If you plan to provide other than the item cited in the purchase description, provide in your response the brand name and catalog number you intend to furnish and the characteristics of the substituted item that are equivalent to the brand name. Also, provide all documents which clearly describe the item (s) so that it/they can be evaluated by the end user. Failure to submit the substituted item information before the closing date listed below will eliminate the vendor from all further consideration. Items otherwise equal may not satisfy the requirement due to differences in material, composition, size, environmental application, etc. If an item is furnished which does not meet the requirement the item will be returned at the vendor's expense for a full refund. Final decision as to award will be based on lowest price technically acceptable (technical capability will be determined by the end user). (End of Provision)
ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT COST TOTAL COST
0001 Ortho Surgiscreen Cells 26 EA __________ ____________
3 x 10ml
Product code: 719100
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0002 Ortho Affirmagen Cells 39 EA __________ ____________
2 x 10ml
Product code: 719210
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0003 Ortho Resolve Panel B 13 EA __________ ____________
11 x 3ml
Product code: 719520
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0004 Ortho A2 Cells 13 EA __________ ____________
1 x 10ml
Product code: 719310
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0005 Ortho Coombs Control 39 EA __________ ____________
1 x 10ml
Product code: 719810
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0006 Ortho Confidence System 39 EA __________ ____________
Product code: 6902096
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0007 Ortho 0.8% Surgiscreen Cells 52 EA __________ ____________
3 x 10ml
Product code: 6902316
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0008 Ortho 0.8 Resolve Panel A cells 13 EA __________ ____________ 11 x 3ml
Product code: 6902317
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0009 Ortho 0.8% Affirmagen cells 52 EA __________ ____________
2 x10ml
Product code: 719201
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0010 Ortho RhoGAM UF Plus 25 13 EA __________ ____________
Product code: 780525
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0011 Ortho Anti-Kell IAT 3 EA __________ ____________
1 x 5ml
Product code: 715150
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0012 Ortho Anti SM k Cellano 3 EA __________ ____________
1 x 3ml
Product code: 721030
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0013 Ortho Anti-C Bioclone 3 EA __________ ____________
1 x 5ml
Product Code: 713080
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0014 Ortho Anti ( c) Bioclone 3 EA __________ ____________
1 x 5ml
Product code: 714080
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0015 Ortho Anti-E Bioclone 3 EA __________ ____________
1 x 5ml
Product code: 713180
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0016 Ortho Anti (e) Bioclone 3 EA __________ ____________
1 x 5ml
Product code: 714180
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0017 Ortho Anti-FYA 3 EA __________ ____________
1 x 3ml
Product code: 715130
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0018 Ortho Anti-FYB 3 EA __________ ____________
1 x 3ml
Product code: 725230
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0019 Ortho Anti-Jka BioClone 3 EA __________ ____________
1 x 3ml
Product code: 721380
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0020 Ortho Anti Jkb BioClone 3 EA __________ ____________
1 x 3ml
Product code: 721480
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0021 Ortho Anti Lea BioClone 2.0 3 EA __________ ____________
1 x 5ml
Product code: 715280
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0022 Ortho Anti Leb BioClone 2.0 3 EA __________ ____________
1 x 5ml
Product Code: 715380
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0023 Ortho Anti-M 3 EA __________ ____________
1 x 5ml
Product Code: 715850
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0024 Ortho Anti-N 3 EA __________ ____________
1 x 5ml
Product Code: 715950
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0025 Ortho Anti-P1 2 EA __________ ____________
1 x 3ml
Product Code: 715530
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0026 Ortho Anti-S 3 EA __________ ____________
1 x 3ml
Product Code: 723030
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0027 Ortho Anti-s 3 EA __________ ____________
1 x 3ml
Product Code: 721830
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0028 Ortho Anti A1 Lectin 4 EA __________ ____________
1 x 3ml
Product Code: 711830
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0029 Ortho BioClone Anti-IgG, 4 EA __________ ____________
-C3d; polyspecific green
15 x 10ml
Product Code: 716980
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0030 Ortho Anti-A BioClone 4 EA __________ ____________
15 x 10ml
Product Code: 711220
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0031 Ortho Anti-B BioClone 4 EA __________ ____________
15 x 10ml
Product Code: 711320
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0032 Ortho Anti-D BioClone 3 EA __________ ____________
15 x 10ml
Product Code: 717380
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0033 Ortho Anti-IgG (Rabbit) Green 30 EA __________ ____________
1 x 10ml
Product Code: 716760
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0034 Ortho Antibody Enhancement 2 EA __________ ____________
Solution , 15 x 10ml
Product Code: 718780
Period of Performance:
1 Oct 2012 through 30 Sep 2013
0035 Ortho Bovine Albumin Solution 2 EA __________ ____________
15 x 10ml
Product Code: 718280
Period of Performance:
1 Oct 2012 through 30 Sep 2013
The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offers-Commercial Items (FEB 2012); Addendum 52.212-1: (m) The non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM 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. 52.225-25, Prohibition On Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011); 52.203-2, Certification of Independent Price Determination (APR 1985) ; 52.233-2 Service of Protest (SEP 2006); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998): The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil; www.arnet.gov/far.; 52.252-5, Authorized Deviations in Provisions Incorporated by References (Apr 1984), (DoD FAR Supplement "(48 CFR Chapter 2)"; 252.203-7005, Representation Relation to Compensation of Former DOD Officials (Nov 2011); 252.204-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations Certifications and Representations-Commercial Items (Jun 2005); 252.215-7007, Notice of Intent to Re-solicit (JUN 2012); 252.215-7008 (JUN 2012); 52.212-2, Evaluation -Commercial items (JAN 1999); Addendum 52.212-2: paragraph (b) has been deleted, paragraph (a) and (c) apply to this acquisition and the following factors will be used to evaluate offers: The offer submitted shall include: (a) proposed prices; (b) Technical capability to include product literature, catalog price lists if available. Awardee will be the Lowest Priced, and or Technically Acceptable (LPTA) Offeror. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; all of which apply to this solicitation. 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012) Alternate I (Apr 2011) must be completed and a copy return with offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); Addendum 52.212-4: (u) The non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses 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. 52.203-3 Gratuities (APR 1984); 52.203-6, Restriction on Subcontractor Sales to the Government (SEP 2006); Alternate I (OCT 1995); 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (OCT 2010); 52.204-4, Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011); 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedied (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (EEO); 52.222-26, Equal Opportunity (Mar 2007) (EEO); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action For Workers With Disabilities (OCT 2010); 52.222-37, Employment Reports of Veterans (Sep 2010); 52.222-43, Fair Labor Standards Act and Service Contract - Price Adjustment (SEP 2009); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-54 Employment Eligibility Verification (JUL 2012); 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.228-5, Insurance- Work on a Government Installation (JAN 1997); 52.232-18 Availability of Funds (APR 1984); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(OCT 2003); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 52.237-3, Continuity of Services (JAN 1991); 52.242-13, Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 252.201-7000 Contracting Officer's Representative (Dec 1991); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011); 252.203-7002, Requirement of Information Employees of Whistleblower Rights (JAN 2009); 252.204-7000 Disclosure Information (DEC 1991); 252.204-7003, Control of Government Personnel Work Product (APR 1992); 252.209-7004, Subcontracting with Firm that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006); 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010); 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (MAR 2008); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.243-7001 Pricing of Contract Modifications (DEC 1991); 252.243-7002, Requests for Equitable Adjustment (MAR 1998); 52.204-99, System for Award Management Registration (DEVIATION 2012-O0015) (AUG 2012); 52.217-8, Option to Extend Services (NOV 1999); 52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address (es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (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; 252.204-7008 Export - Controlled Items (APR 2010); 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2011) (DEVIATION); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010) DEVIATION also apply to this solicitation. Award of this solicitation is pursuant to FAR 52.232-18, Availability of Funds (Apr 1984), Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
The government anticipates awarding a single award for this requirement. Services are to be delivered at: Martin Army Community Hospital, Attn: Ms. Linda Norris, 7950 Martin Loop, Fort Benning, Georgia. All offerors must be registered in the Systems for Award Management System and or prior to award, and lack of registration shall make an offer ineligible for award. Evaluation: Lowest Priced, and or Technically Acceptable (LPTA). Offerors may obtain information on registration and annual confirmation requirements via Internet at https://www.sams.gov/. Proposals are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. All responsible sources should submit quotes to Linda Spindler via fax at (706) 787-5681 or e-mail:
[email protected] by September 19, 2012, 12 noon. EST.
Bid Protests Not Available