Drop Shipment STAGO Reagents / Supplies
This is a combined synopsis/solicitation issued to a single source for commercial items prepared per the format in FAR Subpart 12.6, as supplemented with additional information included in this notice... This is a combined synopsis/solicitation issued to a single source for commercial items prepared per the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested and a written solicitation will not be issued. Solicitation N6809620Q0008-- is being issued as a Request for Quotation (RFQ). Solicitation N6809620Q0008-- and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circulation (FAC) 2020-04. The North American Industry Classification System (NAICS) code is 325413 – In-Vitro Diagnostic Substance Manufacturing A determination to issue this combined Synopsis to a single source is due to the exclusive sole distributorship appointed by the manufacturer Diagnostico Stago. Although this combined synopsis/solicitation for commercial items/services is being issued to a single source, all responsible sources may submit a quotation/ offer which will be considered by the contracting activity. Description of supplies requested: Stago Reagents and Supplies – see attached delivery schedule for requested items. Contractor shall be responsible for delivering all items according to delivery schedule and special requirements. Special Requirements Due to Guam's Geographical location: Items must be packaged and shipped in a manner that allows products to maintain optimal temperature throughout the shipment process. All items will be shipped as close to the lot release date as possible, with only one lot number per shipment. All items must have the longest possible shelf life available. Items must be shipped directly to USNH Guam. Must meet all Clinical Laboratory Improvement Amendments (CLIA), College of American Pathologist (CAP), and (FDA) requirements. The items are for the US Naval Hospital Guam (hereinafter referred to as USNH Guam). The Laboratory Department at USNH Guam will inspect/accept the supplies delivered/services performed. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition and is tailored as follows: Addendum to FAR 52.212-1: (b)(6) A quotation/offer submitted in response to this combined synopsis/ solicitation must be "Firm-fixed price." (f)(1) Quotations/offers must be received in the USNH Guam Contracting Office by 10:00AM, Eastern Standard Time, on Tuesday, 28 January 2020. The provision at FAR 52.212-2, Evaluation--Commercial, applies to this acquisition and is tailored as follows: Addenda to FAR 52.212-2: (a)The Government intends to award a contract resulting from this solicitation to the Lowest priced technically acceptable (LPTA) responsible offeror. Evaluation of Price will be based on the offeror's total price for all line items as delivered directly to US Naval Hospital Guam. The following factors will be used to evaluate quotations/offers: (i) Price (ii) Technical Acceptability (b) N/A (c) (Added) Basis of Award. A written notice of award or acceptance of a quotation/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 a quotation/offer (or part thereof), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award: (i) Price. Initially quotations/offers will be ranked according to price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. An offeror's proposed total price will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for the line item to confirm the extended amount of each. The government will identify the offeror that proposed the lowest price and determine whether its price is reasonable. If the price is reasonable, the government will evaluate the lowest priced offer for technical acceptability and rate it either "Acceptable" or "Unacceptable" (ii) Technical Acceptability. To be rated technically acceptable, the offeror must meet the requirements of the solicitation, including, but not limited to, completion and timely submission of the following: A firm Fixed Price quotation - Price Factor, Offers will be evaluated to ensure reasonableness and completeness. Manufacturers’ Certificate of Distributorship The appropriate section(s) of FAR provision 52.212-3. One of the following two technical acceptability ratings will be assigned to that offeror: RATING AND DESCRIPTION ACCEPTABLE Based on the submittal of the documents required per (ii) above, the offeror has met the requirements of the solicitation and the government has a reasonable expectation that the offeror understands the required effort. UNACCEPTABLE Based on not submitting the documents required in (ii) above, the offeror has not met the requirements of the solicitation and the government has no reasonable expectation that the offeror understands the required effort. If the lowest price offeror is rated technically acceptable, that offeror represents the best value for the government and the evaluation process stops at this point. The government will award the contract to that offeror without further considering any other offers. If the lowest price offeror does not receive an “Acceptable” technical rating, the government will identify the next lowest quotation/offer and repeat the process. The steps in (c) will continue until the government arrives at the lowest priced technically acceptable offeror. The provision at FAR 52.212-3, ALT I, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. See the "full text" version of this provision within this announcement. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. There are no addenda to this clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Clauses marked with a "XX" under 52.212-5 also apply to this notice. See the "full text" version of the clause within this announcement. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Deviation 2018-O0021)(Sep 2018), applies to this acquisition. There are no addenda to this clause. To access all clauses referenced in this notice, visit http://farsite.hill.af.mil/ Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov, to be considered for award. Offerors must be able to utilize the Wide-Area-Work-Flow (WAWF) electronic invoicing as a method of payment. You can access the WAWF at https://wawf.eb.mil. Follow the step-by-step procedures for self-registration. Submission of Proposal Only email proposals will be accepted. (Email can be no larger than 5 MB, multiple emails will be accepted) Email proposal as attachment to Regel A. Agahan, Email: regel.a.agahan.civ@mail.mil
Data sourced from SAM.gov.
View Official Posting »