Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Single Sample Osmometer

Process Number W81K0222Q0015

USA

Dates:


Notice ID:

W81K0222Q0015

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W40M REGIONAL HEALTH CONTRACTING OF

Office:

W40M REGIONAL HEALTH CONTRACTING OF

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

nov 24, 2021 12:00 pm est

Inactive Policy:

15 days after date offers due

Original Inactive Date:

dec 09, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

6550 - in vitro diagnostic substances, reagents, test kits and sets

NAICS Code:

325413 - in-vitro diagnostic substance manufacturing

Description:


Original Set Aside:

THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is solicitation, no. W81K0222Q0015; Purchase Request; 0011682888, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413; Size Standard for small business is 1,250 Employees. RFQ is being issued as a Total Small Business Set-Aside. This requirement is for Madigan Army Medical Center, Tacoma WA; Department of Pathology and is a 1 year of Osmolarity analyzer system, reagent kits quality control, calibrators, tubes, racks, items to complete testing, service, maintenance, training, repairs and support. LINE ITEM: 0001: Single Sample Micro Osmometer, Qty: 2, Unit: Each LINE ITEM: 0002: One Year of Maintenance and Repair Service for each Analyzer, Qty: 2, Unit: Each. LINE ITEM: 0003: Installation, Training, Validation, and required Consumables for validation of each analyzer, Qty: 2, Unit: Each. All Contractors shall provide an offer for the following Brand Name or Equal: Osmolarity Analyzer System inclusive of instruments and required peripherals. Salient Characteristics & Specifications This requirement is for two automated osmolarity analyzer systems and osmolarity consumables. Analyzers shall be new only. No refurbished or used items will be accepted. The analyzers shall use freezing point technology to produce results, shall be equipped with an integrated barcode reader, shall provide final results without operator interaction, shall have integrated barcode scanner, interactive screen for users, single port entry, ability to perform direct sample testing, must be able to interface with Data Innovations Instrument Manager, shall provide redundancy to maintain 24/7 operations. Projected Specific Tasks / Requirements: The Contractor shall provide osmolority analyzer systems capable of providing a complete osmolarity analysis with direct sampling analysis: Shall provide delivery, installation, training, all calibrators/standards, reagents/reagents packs and quality control materials necessary to perform validation of analyzers. Shall provide supplies, reagents, unscheduled maintenance and preventive maintenance for the system(s) Train, test, and validate per the Clinical Laboratory Standards Institute (CLSI) guidelines and the DPALS Quality Manual (QM) SUBMISSION and EVALUATION of FACTORS: The Government will award a contract resulting from this solicitation to the responsible offeror on the Lowest Price Technically Acceptable methodology. Submission: General: Once the Contracting Officer (KO) has decided to whom an award will be made, a signed completed contract (SF1449 form) will be sent to the company. For this requirement, a company must have an active System for Award Management (SAM) registration, DUNS, and CAGE code. A contract will be in existence once the KO has signed the contract. What to submit: Include company name, CAGE code, Vendor Point of Contact information, Analyzer make and model, Technical capabilities of the analyzers, and price. Technical Factor: The analyzer systems shall provide users with rapid reliable test results, be capable of producing results that are accurate and precise throughout the manufacturer’s stated linearity/analytic measurement range, have the ability to perform direct sample testing, must use freezing point technology, must provide final results without operator interaction. Analyzer systems shall be approved by the Food & Drug Administration. All analyzers and associated parts and accessories shall be new. No used, refurbished or like-new equipment. Offeror submission must include enough information to clearly demonstrate to the KO whether or not product/ services meet the salient and technical specifications listed above. The evaluated price will be the total price of the quote, to include all fees as indicated. Technical Factors are more important than Price. Price must be determined to be fair and reasonable. Evaluation The government will initially list proposals from lowest to highest price. The government will evaluate the five lowest priced proposals first. If those proposals are determined technically unacceptable, the government will evaluate the next five lowest priced proposals and continue in that manner until a proposal is rated Technically Acceptable. USING THIS PROCEDURE, THE GOVERNMENT MIGHT NOT EVALUATE ALL PROPOSALS Price will not be rated but could become the deciding factor if more than one offer is considered acceptable in Technical capabilities. The following provisions apply to this acquisition: 52.212-1 Instruction to Offerors - Commercial Item; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.232-33 Payment by Electronic Funds; 52.252-2 Addendum to 52.212-1. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES 1. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply; 52.204-24 Representation Regarding Telecommunication & Video Surveillance Services, or Equipment, 52.204-25 Prohibition on Contracting for certain Telecommunications & Video Surveillance Services & Equipment, 52.204-26 Covered Telecommunications Equipment or Services Representation, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52-211-6 Brand name or equal; 52.219-6 Notice of Total SB Set-side; 52.219-28 Post Award SB Program Re-representation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claims. The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials; 242.203-7002 Requirements to inform employees of whistleblower rights; 252.204-7003 Control of Government personnel work product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation); 252.204 7015 Disclosure of Information to Litigation support contractors; 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.211-7003 Item Unique Identification and Valuation; 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program; 252.225-7048 Export Controlled Items,; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.232-7010 Levies on Contract Payments, 252.247-702; Transportation of Supplies by Sea; 252.244-7000 Subcontracts for Commercial Items and Commercial Components Potential contractors must be registered in the System for Award Management (SAM), online at www.sam.gov to be eligible for an award. Offers & supporting documentations are due by 24 November 2021 @ 12pm, Pacific Standard Time (PST). Submit offers via email: Kendre.M.Green.civ@mail.mil. ALL QUESTIONS NEED TO BE SUBMITTED VIA EMAIL. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is solicitation, no. W81K0222Q0015; Purchase Request; 0011682888, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413; Size Standard for small business is 1,250 Employees. RFQ is being issued as a Total Small Business Set-Aside. This requirement is for Madigan Army Medical Center, Tacoma WA; Department of Pathology and is a 1 year of Osmolarity analyzer system, reagent kits quality control, calibrators, tubes, racks, items to complete testing, service, maintenance, training, repairs and support. LINE ITEM: 0001: Single Sample Micro Osmometer, Qty: 2, Unit: Each LINE ITEM: 0002: One Year of Maintenance and Repair Service for each Analyzer, Qty: 2, Unit: Each. LINE ITEM: 0003: Installation, Training, Validation, and required Consumables for validation of each analyzer, Qty: 2, Unit: Each. All Contractors shall provide an offer for the following Brand Name or Equal: Osmolarity Analyzer System inclusive of instruments and required peripherals. Salient Characteristics & Specifications This requirement is for two automated osmolarity analyzer systems and osmolarity consumables. Analyzers shall be new only. No refurbished or used items will be accepted. The analyzers shall use freezing point technology to produce results, shall be equipped with an integrated barcode reader, shall provide final results without operator interaction, shall have integrated barcode scanner, interactive screen for users, single port entry, ability to perform direct sample testing, must be able to interface with Data Innovations Instrument Manager, shall provide redundancy to maintain 24/7 operations. Projected Specific Tasks / Requirements: The Contractor shall provide osmolority analyzer systems capable of providing a complete osmolarity analysis with direct sampling analysis: Shall provide delivery, installation, training, all calibrators/standards, reagents/reagents packs and quality control materials necessary to perform validation of analyzers. Shall provide supplies, reagents, unscheduled maintenance and preventive maintenance for the system(s) Train, test, and validate per the Clinical Laboratory Standards Institute (CLSI) guidelines and the DPALS Quality Manual (QM) SUBMISSION and EVALUATION of FACTORS: The Government will award a contract resulting from this solicitation to the responsible offeror on the Lowest Price Technically Acceptable methodology. Submission: General: Once the Contracting Officer (KO) has decided to whom an award will be made, a signed completed contract (SF1449 form) will be sent to the company. For this requirement, a company must have an active System for Award Management (SAM) registration, DUNS, and CAGE code. A contract will be in existence once the KO has signed the contract. What to submit: Include company name, CAGE code, Vendor Point of Contact information, Analyzer make and model, Technical capabilities of the analyzers, and price. Technical Factor: The analyzer systems shall provide users with rapid reliable test results, be capable of producing results that are accurate and precise throughout the manufacturer’s stated linearity/analytic measurement range, have the ability to perform direct sample testing, must use freezing point technology, must provide final results without operator interaction. Analyzer systems shall be approved by the Food & Drug Administration. All analyzers and associated parts and accessories shall be new. No used, refurbished or like-new equipment. Offeror submission must include enough information to clearly demonstrate to the KO whether or not product/ services meet the salient and technical specifications listed above. The evaluated price will be the total price of the quote, to include all fees as indicated. Technical Factors are more important than Price. Price must be determined to be fair and reasonable. Evaluation The government will initially list proposals from lowest to highest price. The government will evaluate the five lowest priced proposals first. If those proposals are determined technically unacceptable, the government will evaluate the next five lowest priced proposals and continue in that manner until a proposal is rated Technically Acceptable. USING THIS PROCEDURE, THE GOVERNMENT MIGHT NOT EVALUATE ALL PROPOSALS Price will not be rated but could become the deciding factor if more than one offer is considered acceptable in Technical capabilities. The following provisions apply to this acquisition: 52.212-1 Instruction to Offerors - Commercial Item; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.232-33 Payment by Electronic Funds; 52.252-2 Addendum to 52.212-1. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES 1. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply; 52.204-24 Representation Regarding Telecommunication & Video Surveillance Services, or Equipment, 52.204-25 Prohibition on Contracting for certain Telecommunications & Video Surveillance Services & Equipment, 52.204-26 Covered Telecommunications Equipment or Services Representation, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52-211-6 Brand name or equal; 52.219-6 Notice of Total SB Set-side; 52.219-28 Post Award SB Program Re-representation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claims. The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials; 242.203-7002 Requirements to inform employees of whistleblower rights; 252.204-7003 Control of Government personnel work product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation); 252.204 7015 Disclosure of Information to Litigation support contractors; 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.211-7003 Item Unique Identification and Valuation; 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program; 252.225-7048 Export Controlled Items,; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.232-7010 Levies on Contract Payments, 252.247-702; Transportation of Supplies by Sea; 252.244-7000 Subcontracts for Commercial Items and Commercial Components Potential contractors must be registered in the System for Award Management (SAM), online at www.sam.gov to be eligible for an award. Offers & supporting documentations are due by 24 November 2021 @ 12pm, Pacific Standard Time (PST). Submit offers via email: Kendre.M.Green.civ@mail.mil. ALL QUESTIONS NEED TO BE SUBMITTED VIA EMAIL.

Attachments / Links:


Document Size Updated date Download

Contact Information:


REGIONAL HEALTH CONTR OFC PACIFIC BLDG 339 CLARK ROAD

FORT SHAFTER , HI 96858-5098

USA

Primary Point of Contacts:

Kendre Green