Arizona Bids > Bid Detail

Chemistry and Immunoassay Reagent Test Supplies for Raymond W. Bliss Army Health Center at Fort Huachuca, Arizona

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159397605966651
Posted Date: Feb 1, 2024
Due Date: Feb 15, 2024
Source: https://sam.gov/opp/b4beec87e2...
Follow
Chemistry and Immunoassay Reagent Test Supplies for Raymond W. Bliss Army Health Center at Fort Huachuca, Arizona
Active
Contract Opportunity
Notice ID
W81K00-24-Q-0037
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
MEDCOM
Office
W40M USA HCA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 01, 2024 02:47 pm CST
  • Original Date Offers Due: Feb 15, 2024 11:00 am CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
  • NAICS Code:
    • 325413 - In-Vitro Diagnostic Substance Manufacturing
  • Place of Performance:
    Fort Huachuca , AZ 85613
    USA
Description

Combined Synopsis Solicitation IAW FAR Subpart 12.6



Chemistry and Immunoassay Reagent Testing Supplies in support of Raymond W. Bliss Army Health Center (RWBAHC), at Fort Huachuca, Arizona



This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.



1. The solicitation number W81K00-24-Q-0037 and is issued as a Request for Quotation (RFQ).

2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 202301222.



3. This acquisition is conducted as Unrestricted Full and Open Competitive. The North American Industrial Classification System (NAICS) Code that best fits this requirement is– 325413, In-Vitro Diagnostic Substance Manufacturing. The NAICS code selected best fits FSC 6550 – In-Vitro Diagnostic Substances, Reagents, Test Kits, and Sets. Small Business Size Standard: 1,250 employees.



4. The Government intends to make award, purchase order, based on the initial quote submissions without conducting discussions (except communications conducted for the purpose of minor clarification). Therefore, each offer should contain the offeror’s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. Therefore, each quote should contain the quoter’s best terms from a technical and price standpoint.



5. See the attached solicitation Schedule of Supplies/Services (Reference Atch 3) for applicable contract line items (CLINS), quantities and units of measures.



6. Supplies: Raymond W. Bliss Army Health Center, Fort Huachuca, AZ requires a supply contract to provide Chemistry and Immunoassay Reagents (including equipment, maintenance, and support at no extra cost to the Government) in support of Raymond W. Bliss Army Health Center (RWBAHC), Fort Huachuca, Arizona, as defined IAW Statement of Work (SOW). This supply requirement ordering period is for one (1) base year plus four (4) option years. The base ordering period of 12 months is from 01 October 2024 - 30 September 2025, plus four (4) twelve-month option periods (01 October 2025 – 30 September 2029).



7. The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, applies to this acquisition.



8. The provision at 52.212-2, Evaluation—Commercial Products and Commercial Services, applies to this acquisition.



9. Quoter(s) is(are) required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, with their quote. A quoter shall complete only paragraph (b) of this provision if the contractor has completed the annual representations and certifications electronically via http://www.sam.gov. If a quoter has not completed the annual representations and certifications electronically at the SAM website, the contractor shall complete only paragraphs (c) through (o) of this provision.



10. The Government will award a single contract resulting from this RFQ to the responsible quoter whose supplies are technically acceptable, has an acceptable subcontracting plan and quotes the lowest overall price.



11. The clause at 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services, applies to this acquisition and also Addendum to FAR 52.212-4.



12. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation), all FAR clauses cited in the clause are applicable to the acquisition.



13. Additional contract requirement(s) or terms and conditions: See attached.



14. Defense Priorities and Allocations System (DPAS) and assigned rating: N/A



15. Independent consultation with Government Officials concerning the project requirements is prohibited since evaluation of quotations will be based on requirements stated in the Request for Quotation. Industry Generated Questions regarding the design, coordination, or interpretation of RFQ requirements during the solicitation phase shall be in writing and directed to the Contract Specialist, J. Chris Finkenstadt at john.c.finkenstadt2.civ@health.mil, with a courtesy copy to Albert Lee at albert.a.lee.civ@health.mil no later than 08 February 2024 at 1:00 P.M. (CST). Questions submitted after the question due date will not be accepted.



16. Complete quotation is due NLT 11:00AM CST on 15 February 2024. Deliver to U.S. Army Health Contracting Activity/ Medical Readiness Contracting Office – West electronically, ATTN: J. Chris Finkenstadt at john.c.finkenstadt2.civ@health.mil and Albert Lee at albert.a.lee.civ@health.mil . It is each contractor’s responsibility to ensure their quote and all data is complete and IAW the RFQ. The government assumes no responsibility for late or incomplete responses to the RFQ. Late responses will be processed IAW FAR 52.212-1(f).



17. POC: J. Chris Finkenstadt at john.c.finkenstadt2.civ@health.mil and Albert Lee at albert.a.lee.civ@health.mil .



18. NOTICE TO QUOTERS: The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse any offeror for any costs.


Attachments/Links
Contact Information
Contracting Office Address
  • MEDICAL READINESS CONTR OFFICE WEST 3160 MCINDOE BLDG1103
  • JBSA FT SAM HOUSTON , TX 78234-4504
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 01, 2024 02:47 pm CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >