SOLICITATION NOTICE
66--66 -- Reagent Rental Hemoglobin A1c Analyzer
- Notice Date
- 3/21/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Director, Acquisition & Materiel Management, (90C), One Veterans Drive, Minneapolis, Minnesota 55417
- ZIP Code
- 55417
- Solicitation Number
- 6185907
- Response Due
- 3/30/2007
- Archive Date
- 4/29/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis and Solicitation #RFQ-618-59-07 entitled ?Reagent Rental or Cost-per-Test of Hemoglobin A1c Analyzer?. It is prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement incorporates provisions and clauses in effect through FAR FAC 2005-15 (addendum) and VAAR 97-10. The VA will conduct this procurement according to a combination of FAR Parts 12 and 13, and under the authority of FAR 19 .5 as a 100% Small Business Set-Aside. The North American Industry Classification (NAICS) Codes that apply are 423450 - small business size standard is 100 employees, or 334516 - small business size standard is 500 employees. This CBD announcement constitutes the ONLY solicitation/ bid document that will be issued. A separate written solicitation/ bid document will not be issued. Contractors are requested to submit a written technical proposal and a cost proposal in response to the requirements listed below. The Contractor may submit his proposal on his company?s letterhead or his company?s formal bid proposal form and all offers submitted must contain the signature of a person authorized by the company to submit proposals. NOTE: The Offer must address all items listed below in the VA?s requirements, by submitting a separate technical proposal and descriptive literature with an explanation of how the products he is proposing will meet the VA?s requirements. The Contractor?s price proposal must contain the name; title and signature of a person authorized to submit proposals/bids on behalf of the contractor. The VA Medical Center (VAMC), Minneapolis, Minnesota, has a requirement for a ?Cost-per-Test or Reagent Rental" Hemoglobin A1c Analyzer System? lease agreement to be for a minimum of 24 months with a maximum of 60 months. The VAMC?s minimum requirements include the following: (1) A fully automated analysis system that is capable of directly measuring total A1c hemoglobin by High Performance Liquid Chromatography (HPLC). Contractor must supply all instrumentation, reagents, HPLC cartridges or columns, and calibrators needed to perform approximately 3000 patient reportable results per month. (2) The system must be certified by the National Glycohemoglobin Standardization Program (NGSP) (3) The system must have Primary Tube Sample loading capability with automatic barcode reading of whole blood tubes. It must be able to mix, dilute and inject the sample for analysis by HPLC with minimum intervention from the operator. (4) System must have bi-directional interface capabilities to down load work lists from laboratory?s central processing unit to the instrument and upload results directly to the laboratory?s LIS. (5) Software for operation of the system must be Windows driven, user friendly, with point and click icons for easy operation. (6) The system must have software programs for internal QC tracking that is capable of providing Levey-Jennings plots of the controls. (7) The system must have the capability to store at least 10,000 patient results in a database for immediate recall. (8) Delivery and Installation of the equipment at the VA Lab site. Note: Acceptance of the system will not be made by the VAMC until a fully installed and operational system has been provided. If deliveries made by the Contractor will not be FOB Destination he must provide the delivery charges with his proposal. (9) Training of at least one Lab Tech ?key operator? at the manufacturer?s training facility must be provided. In-house training of other end users will be provided at the VAMC. (10) Two User?s Manuals to be provided with the system. (11) All maintenance will be provided by the Contractor throughout the contract period at no additional charge to the government. (12) Contractor is also requested to address time frame associated with: Delivery after Receipt of Order; Installation; and Training; FOB point and Shipping Charges (if applicable), and Prompt Payment Terms. The title to all equipment provided will remain with the contractor and at the end of the contract period all equipment provided will be considered property of the Contractor and must be picked up within 30 days of the end of contract term. A Firm Fixed Price Contract will be awarded. Evaluation of proposals will include the following evaluation factors: (a) The technical capability of system offered to meet the governments requirements as listed; (b) reputation in the trade and past performance history of contractor; (c) and price. Award will be made to the offeror determined to offer the ?best value? to the Government. Technical capability and past performance will be weighted significantly higher than price. Evaluation may be made with or without discussions with the offerors. All responsible small business sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 52.252-1 Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. 52.219-6 Notice of Total Small Business Set-Aside; 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation ? Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, or 52.12-3(k) if the offeror has already completed annual representations and certifications electronically at http://orca.bpn.gov; 52.212-4 Contract Terms and Conditions ? Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Satutues on Executive Orders ? Commercial Items; VAAR 852.270-4 Commercial Advertising; 852,237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officer. Upon request, the Contracting Officer will make the FAR and VAAR clause(s) full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far for FAR clauses and http://www.va.govoa&mm/vaar/ for VAAR clauses. Contractor?s proposal shall include: a technical proposal, a price proposal, descriptive literature, at least three references including names and phone numbers, a completed copy of provision 52.212-3 or certification the offeror has completed annual reps and certs electronically. Proposals shall be submitted to Linda M. Kelly, Contracting Officer (90C), VA Medical Center, Bldg. 68, Room 143, One Veterans Drive, Minneapolis, MN 55417. For further information, contact Linda Kelly at 612-467-2183. Offeror?s proposals are due by Noon CDT on March 30, 2007.
- Place of Performance
- Address: VA Medical Center, One Veterans Dr (90C), Minneapolis, MN
- Zip Code: 55417
- Country: United States
- Zip Code: 55417
- Record
- SN01255841-W 20070323/070321220618 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |