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 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. Solicitation number: W9114F-10-T-0087 issued as a request for quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 334516. The Europe Regional Contracting Office has a requirement to purchase hematology analyzer, vetlab station, vettest chemistry analyzer and coagulation DX analyzer for Military Working Dogs and privately owned animals. Description of requirements for the items to be acquired:
CLIN 0001: HEMATOLOGY ANALYZER, IDEXX, Inc. LaserCyte Hematology Analyzer or equal, Quantity 1 each. Salient characteristics: Five part optical white cell differential, absolute reticulocyte count reported in absolute number and percentage, closed sample processing, and primary tube sampling and mixing system. The analyzer must be able to run the following parameters: Hct, RBC, Hgb, MCV, MCH, MCHC, RDW, reticulocytes (absolute number and percentage), WBC, neutrophils (number and percentage), lymphocytes (number and percentage), monocytes (number and percentage), eosinophils (number and percentage), basophils (number and percentage) and platelets (number, MPV, PDW and PCT).
CLIN 0002: LABORATORY INFORMATION MANAGEMENT SYSTEM, IDEXX, Inc. VetLab Station or equal, Quantity 1 each. Salient characteristics: System must be able to integrate results from all other analyzers in this requirement, run multiple analyzers from one screen, and store historical results.
CLIN 0003: CHEMISTRY ANALYZER, IDEXX Inc. VetTest Chemistry Analyzer or equal. Quantity 1 each. Salient characteristics: Must be able to provide real time results using the dry-slide technology. Must be able to perform flexible testing by using prepackaged panels (26 different parameters, 7 prepackaged panels), single slides, and/or customized panels (39 species and age specific reference ranges).
CLIN 0004: COAGULATION ANALYZER, IDEXX, Inc. Coag Dx Analyzer or equal, Quantity 7 each. Salient characteristics: Test Precision d10% C.V. for whole blood samples. The analyzer must be able to perform the following tests: aPTT, Citrate aPTT, PT, Citrate PT.
The place of delivery and acceptance will be U.S Army Health Center Vicenza, Vicenza Italy 36100. All offerors must quote FOB Destination, U.S Army Health Center Vicenza, Italy.
The contractor shall provide the following:
1) Electrical requirements will be 220 Volt, 50Hz, two-prong European plug
2) Two copies per equipment of Operators Manual in English
3) Two copies per equipment of Maintenance Manual in English
4) Display and control labels will be in English
5) Statement of warranty terms and conditions in English
The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition:
CLAUSES INCORPORATED BY REFERENCE
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment - SEP 2006
52.212-1 Instructions to OfferorsCommercial Items
52.212-4 Contract Terms and Conditions--Commercial Items - MAR 2009
52.214-34 Submission of Offers in the English Language - APR 1991
52.222-19 Child Labor--Cooperation with Authorities and Remedies - AUG 2009
52.222-50 Combating Trafficking in Persons Feb 2009
52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008
52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration
52.233-3 Protest After Award - AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim - OCT 2004
52.247-29 FOB Origin
252.203-7000 Requirements Relating to Compensation of Former DoD Officials - JAN 2009
252.203-7002 Requirement to Inform Employees of Whistleblower Rights - JAN 2009
252.225-7013 Duty-Free Entry DEC 2009
252.225-7041 Correspondence in English - JUN 1997
252.229-7000 Invoices Exclusive of Taxes or Duties - JUN 1997
225.229-7002 Customs Exemptions (Germany) - JUN 1997
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports - MAR 2008
252.232-7008 Assignment of Claims (Overseas)- JUN 1997
252.232-7010 Levies on Contract Payments - DEC 2006
252.233-7001 Choice of Law (Overseas)- JUN 1997
CLAUSES INCORPORATED BY FULL TEXT
52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2002
52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - DEC 2009 (Deviation)
52.252-1 Solicitation Provisions incorporated by Reference - FEB 1998
52.252-2 Clauses incorporated by Reference - FEB 1998
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - JUL 2009 (Deviation)
252.229-7001 Tax Relief (JUN 1997)
252.229-7003 Tax Exemptions (ITALY) (JAN 2002)
INVOICING INSTRUCTIONS WAWF/DFAS
Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. Numbered Notes: None applicable. In order to be eligible for award, registration in the Central Contractor Registration database is required. To register, please go to http://www.ccr.gov. All offers are due 23 June 2010 before 1700hrs (5:00pm) Central European Time. Offers may be sent via email to
[email protected], hand-delivered, or faxed to +49-6371-86-8070. The Point of Contact for this requirement is Gina A. Barto, +49-6371-86-0621, fax +49-6371-86-8070, or email
[email protected].
Addendum to 52.212-1 INSTRUCTIONS TO OFFERORS
The following paragraphs are hereby amended:
Para (a) Does not apply to this solicitation.
Para (b) Replace subparagraph (4) with the following:
(4) The offeror must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment salient characteristics:
CLIN 0001: Five part optical white cell differential, absolute reticulocyte count reported in absolute number and percentage, closed sample processing, and primary tube sampling and mixing system. The analyzer must be able to run the following parameters: Hct, RBC, Hgb, MCV, MCH, MCHC, RDW, reticulocytes (absolute number and percentage), WBC, neutrophils (number and percentage), lymphocytes (number and percentage), monocytes (number and percentage), eosinophils (number and percentage), basophils (number and percentage) and platelets (number, MPV, PDW and PCT). STANDARD ACCEPTABLE: Capability to run all required parameters. STANDARD UNACCEPTABLE: Missing one or more of the required parameters.
CLIN 0002: System must be able to integrate results from all other analyzers in this requirement, run multiple analyzers from one screen, and store historical results. STANDARD ACCEPTABLE: Results from all analyzers can be viewed and stored. STANDARD UNACCEPTABLE: No integration capability.
CLIN 0003: Must be able to provide real time results using the dry-slide technology. Must be able to perform flexible testing by using prepackaged panels (26 different parameters, 7 prepackaged panels), single slides, and/or customized panels (39 species and age specific reference ranges). STANDARD ACCEPTABLE: Capability to provide results using dry-slide technology. STANDARD UNACCEPTABLE: Not able to perform flexible testing.
CLIN 0004: Test Precision d10% C.V. for whole blood samples. The analyzer must be able to perform the following tests: aPTT, Citrate aPTT, PT, Citrate PT. STANDARD ACCEPTABLE: Capability to perform all required tests. STANDARD UNACCEPTABLE: Missing one or more of the required tests.
(NOTE: Failure to receive an acceptable rating of any of the salient characteristics will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected.
Para (c) Change 30 to 60.
Para (d) Does not apply to this solicitation.
Para (i) Does not apply to this solicitation.
Add the following:
Para (m) ELECTRONIC OFFERS. Offerors may submit electronic quotes in response to this solicitation. The quote must arrive by the time specified in the solicitation to the following email address:
[email protected]Offerors may call Gina Barto at +49-6371-86-6021 to verify receipt of the quote. If the offeror chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the offeror to verify receipt of the emailed quote.
Para (n) QUESTIONS. Prospective offerors are strongly encouraged to submit any questions regarding this solicitation by 17 June 2010 through email to
[email protected] or fax +49-6371-868070. All questions received will be answered officially through an amendment for distribution to all prospective offerors.
ACQUISITION PROCEDURE
The acquisition procedure to be used for this acquisition will be in accordance with FAR Part 13 and will use simplified acquisition procedures.
52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN.
EVALUATION STANDARDS. Award will be made on a lowest priced, technically acceptable quote that is rated acceptable for all of the stated salient characteristics using the following standards for a final rating:
ACCEPTABLE: A quote that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements.
UNACCEPTABLE: A quote that contains a major error(s), omission(s) or deficiency (ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal.
(b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of clause)
Bid Protests Not Available