Federal Bid

Last Updated on 18 Aug 2010 at 8 AM
Combined Synopsis/Solicitation
Jefferson Arkansas

Micro Organisms

Solicitation ID 10-223-SOL-00294
Posted Date 10 Aug 2010 at 3 PM
Archive Date 18 Aug 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Acquisitions And Grants Services - Jefferson
Agency Department Of Health And Human Services
Location Jefferson Arkansas United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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 requirement is being issued in conjunction with FAR 13 Simplified Acquisition Procedures, as applicable. The solicitation number is 10-223-SOL-00294. This solicitation is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44.

The associated North American Industry Classification System (NAICS) Code is- 325414- Biological Product (except Diagnostic) Manufacturing; Small Business Size Standard is 500 employees.

The Food and Drug Administration is soliciting for vendors capable of providing the below biological bacterial media microorganisms on a brand name or equal basis.

Schedule of Items

# Name of isolate ATCC #
1 Staphylococcus aureus subsp. aureus Rosenbach ATCC 10832
2 Staphylococcus aureus subsp. aureus Rosenbach ATCC 12598
3 Staphylococcus aureus subsp. aureus Rosenbach ATCC 12600
4 Staphylococcus sp ATCC 23235
5 Staphylococcus aureus subsp. aureus Rosenbach ATCC 25923
6 Staphylococcus aureus subsp. aureus Rosenbach ATCC 27659
7 Staphylococcus aureus subsp. aureus Rosenbach ATCC 6538P
8 Salmonella enterica subsp. enterica Agona ATCC 51957
9 Salmonella enterica subsp. enterica Anatum ATCC 9270
10 Salmonella enterica subsp. enterica Bareilly ATCC 9115
11 Salmonella enterica subsp. enterica Berta ATCC 8392
12 Salmonella enterica subsp. enterica Braenderup ATCC 700136
13 Salmonella enterica subsp. enterica Cerro ATCC 10723
14 Salmonella enterica subsp. enterica Choleraesuis ATCC 10708
15 Salmonella enterica subsp. enterica Derby ATCC 6960
16 Salmonella enterica subsp. enterica Dublin ATCC 15480
17 Salmonella enterica subsp. enterica Enteritidis ATCC 13076
18 Salmonella enterica subsp. enterica Hadar ATCC 51956
19 Salmonella enterica subsp. enterica Heidelberg ATCC 8326
20 Salmonella enterica subsp. enterica Infantis ATCC BAA-1675
21 Salmonella enterica subsp. enterica Javiana ATCC 10721
22 Streptococcus pneumoniae (Klein) Chester ATCC BAA-475
23 Salmonella enterica subsp. enterica Kentucky ATCC 9263
24 Salmonella enterica subsp. enterica Mbandaka ATCC 51958
25 Salmonella enterica subsp. enterica Montevideo ATCC 8387
26 Salmonella enterica subsp. enterica Muenchen ATCC 8388
27 Salmonella enterica subsp. enterica Muenster ATCC BAA-1575
28 Salmonella enterica subsp. enterica Newport ATCC 27869
29 Salmonella enterica subsp. enterica Oranienburg ATCC 9239
30 Salmonella enterica subsp. enterica Panama ATCC 7378
31 Salmonella enterica ATCC BAA-1673
32 Salmonella enterica subsp. enterica Saintpaul ATCC 9712
33 Salmonella enterica subsp. enterica Sandiego ATCC 23199
34 Salmonella enterica subsp. enterica Senftenberg ATCC 43845
35 Salmonella enterica subsp. enterica Stanley ATCC 7308
36 Salmonella enterica subsp. enterica Tennessee ATCC 10722
37 Salmonella enterica subsp. enterica Thompson ATCC 8391
38 Salmonella enterica subsp. enterica Typhi ATCC 10749
39 Salmonella enterica subsp. enterica Typhimurium ATCC 14028
40 Salmonella enterica subsp. enterica Worthington ATCC 9607
41 Escherichia coli (Migula) Castellani and Chalmers ATCC 43895
42 Escherichia coli (Migula) Castellani and Chalmers ATCC 12795
43 Escherichia coli (Migula) Castellani and Chalmers ATCC 19138
44 Staphylococcus arlettae ATCC 43957
45 Staphylococcus aureus subsp. Anaerobius ATCC 35844
46 Staphylococcus aureus subsp. aureus ATCC 12600
47 Staphylococcus auricularis ATCC 33753
48 Staphylococcus capitis subsp. capitis ATCC 27840
49 Staphylococcus capitis subsp. urealyticus ATCC 49326
50 Staphylococcus caprae ATCC 35538
51 Staphylococcus carnosus subsp. carnosus ATCC 51365
52 Staphylococcus caseolyticus ATCC 13548
53 Staphylococcus chromogenes ATCC 43764
54 Staphylococcus cohnii subsp. cohnii ATCC 29974
55 Staphylococcus cohnii subsp. urealyticus ATCC 49330
56 Staphylococcus delphini ATCC 49171
57 Staphylococcus epidermidis ATCC 14990
58 Staphylococcus equorum subsp. equorum ATCC 43958
59 Staphylococcus felis ATCC 49168
60 Staphylococcus fleurettii ATCC BAA-274
61 Staphylococcus gallinarum ATCC 35539
62 Staphylococcus haemolyticus ATCC 29970
63 Staphylococcus hominis subsp. hominis ATCC 27844
64 Staphylococcus hominis subsp. novobiosepticus ATCC 700236
65 Staphylococcus hyicus subsp. chromogenes ATCC 43764
66 Staphylococcus hyicus subsp. hyicus ATCC 11249
67 Staphylococcus intermedius ATCC 29663
68 Staphylococcus kloosii ATCC 43959
69 Staphylococcus lentus ATCC 29070
70 Staphylococcus lugdunensis ATCC 43809
71 Staphylococcus lutrae ATCC 700373
72 Staphylococcus muscae ATCC 49910
73 Staphylococcus pasteuri ATCC 51129
74 Staphylococcus piscifermentans ATCC 51136
75 Staphylococcus pulvereri ATCC 51698
76 Staphylococcus saccharolyticus ATCC 14953
77 Staphylococcus saprophyticus subsp. saprophyticus ATCC 15305
78 Staphylococcus schleiferi subsp. coagulans ATCC 49545
79 Staphylococcus schleiferi subsp. schleiferi ATCC 43808
80 Staphylococcus sciuri subsp. carnaticus ATCC 700058
81 Staphylococcus sciuri subsp. lentus ATCC 29070
82 Staphylococcus sciuri subsp. rodentium ATCC 700061
83 Staphylococcus sciuri subsp. sciuri ATCC 29062
84 Staphylococcus simulans ATCC 27848
85 Staphylococcus succinus subsp. succinus ATCC 700337
86 Staphylococcus vitulinus ATCC 51145
87 Staphylococcus warneri ATCC 27836
88 Staphylococcus xylosus ATCC 29971
89 Listeria denitrificans ATCC 14870
90 Listeria grayi ATCC 19120
91 Listeria innocua ATCC 33090
92 Listeria ivanovii subsp. ivanovii ATCC 19119
93 Listeria ivanovii subsp. londoniensis ATCC 49954
94 Listeria marthii ATCC BAA-1595
95 Listeria monocytogenes ATCC 15313
96 Listeria murrayi ATCC 25401
97 Listeria seeligeri ATCC 35967
98 Listeria welshimeri ATCC 35897
99 Bacillus cereus ATCC 14579
100 Bacillus subtilis ATCC 35021
101 Campylobacter jejuni subsp. jejuni ATCC 33560
102 Campylobacter coli ATCC 33559
103 Campylobacter fetus subsp. fetus ATCC 27374
104 Bacillus cereus Frankland and Frankland ATCC 10702D
105 Bacillus cereus Frankland and Frankland ATCC 10876
106 Bacillus cereus Frankland and Frankland ATCC 10987D-5
107 Bacillus cereus Frankland and Frankland ATCC 13061
108 Bacillus cereus Frankland and Frankland ATCC 13061D-5
109 Bacillus cereus Frankland and Frankland ATCC 14579
110 Bacillus cereus Frankland and Frankland deposited as Bacillus agri Nakamura ATCC 2
111 Bacillus cereus Frankland and Frankland ATCC 21182
112 Bacillus cereus Frankland and Frankland deposited as Bacillus coagulans Hammer ATCC 21366
113 Bacillus cereus Frankland and Frankland deposited as Bacillus medusa Delaporte ATCC 25621
114 Bacillus cereus Frankland and Frankland deposited as Bacillus metiens Charlton and Levine ATCC 9592
115 Bacillus cereus Frankland and Frankland deposited as Bacillus lactis ATCC 9818
116 Bacillus thuringiensis Berliner ATCC 10792
117 Bacillus thuringiensis Berliner ATCC 13366
118 Bacillus thuringiensis Berliner ATCC 13367
119 Bacillus thuringiensis Berliner ATCC 33679D
120 Bacillus thuringiensis Berliner ATCC 33680
121 Bacillus thuringiensis Berliner ATCC 33681
122 Bacillus thuringiensis Berliner deposited as Bacillus thuringiensis subsp. kurstaki de Barjac and Lemille ATCC 35866
123 Bacillus thuringiensis Berliner deposited as Bacillus cereus subsp. Israelensis ATCC 39152
124 Bacillus thuringiensis Berliner deposited as Bacillus thuringiensis subsp. israelensis de Barjac ATCC 700872
125 Bacillus subtilis (Ehrenberg) Cohn ATCC 10774
126 Bacillus subtilis (Ehrenberg) Cohn ATCC 31578
127 Bacillus subtilis (Ehrenberg) Cohn ATCC 33608
128 Bacillus subtilis (Ehrenberg) Cohn ATCC 33712
129 Bacillus subtilis (Ehrenberg) Cohn ATCC 33713
130 Bacillus licheniformis (Weigmann) Chester ATCC 10716
131 Bacillus licheniformis (Weigmann) Chester ATCC 11945
132 Bacillus licheniformis (Weigmann) Chester ATCC 12139
133 Bacillus licheniformis (Weigmann) Chester ATCC 12713
134 Bacillus licheniformis (Weigmann) Chester ATCC 12759
135 Bacillus megaterium de Bary ATCC 11478
136 Bacillus megaterium de Bary ATCC 11561
137 Bacillus megaterium de Bary ATCC 13402
138 Bacillus megaterium de Bary ATCC 13632
139 Bacillus megaterium de Bary ATCC 43725


Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized.

FOB Point destination. To be delivered 65 days or less after receipt of order (ARO). FOB Point of Delivery for Services and Supplies will be the FDA located at 3900 NCTR Road, Jefferson, AR 72079-9502. Payment terms net 30 days after government acceptance.

Standard commercial warranty is required if applicable.

The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None

The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows:

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

(i) Technical capability of the items/services offered to meet the Government's requirement.
(ii) Price.

Technical is equal when compared to price in determining the best value to the government.

Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the government's requirement. The tradeoff process will be utilized meaning that tradeoffs among price and technical capability will allow the government to accept other than the lowest priced technically acceptable offer. Offers must include estimated delivery time after receipt of order and the company's DUNS number. Offers are to specifically address the technical specs (i-x) as described above to aid in the evaluation, offers that fail to furnish the required information may be rated poorly if the evaluators cannot find the technical specifications on the proposed system. The offeror must include the laser frequency and intensity of the quoted system.

The government reserves the right to make an award without discussions.

The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements.

The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government.

The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) if applicable, of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov.

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 their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/

The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda have been attached to the clause.

The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer.

52.212-4 (j). Paragraph (j) of the clause is changed to the following:
Risk of loss. Risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon:
Delivery of the supplies to the Government at the destination specified in the contract.

52.204-7 Central Contractor Registration. (APR 2008)
52.211-6 Brand Name or Equal. (AUG 1999)

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:
52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities (Feb 1999).
52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).
52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. (JUNE 2009)
52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).


CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.

The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.

It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any).

Offers that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.

All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 10-223-SOL-00294. The offers are due in person, by postal mail or email to the point of contact listed below on or before August 17, 2010 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502.

For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email [email protected].

 

Bid Protests Not Available