Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2012 FBO #3952
DOCUMENT

65 -- 678-13-1-053-0011 TUC MGIT - Attachment

Notice Date
9/17/2012
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 18 Network Contract Offices;NAVAHCS;500 U.S. Hwy N;Prescott AZ 86313
 
ZIP Code
86313
 
Solicitation Number
VA25812Q0851
 
Response Due
9/21/2012
 
Archive Date
10/21/2012
 
Point of Contact
Kris Tanner
 
E-Mail Address
Contract Specialist
(kristin.tanner@va.gov)
 
Small Business Set-Aside
N/A
 
Description
CONBINED SYNOPSIS/SOLICATION FOR COMMERCIAL SUPPLIES This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as Request for Quote No. VA258-12-Q-0851. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The North American Industrial Classification System (NAICS) code for the required supplies is 339112, with a business size standard of 500 employees. This combined synopsis/solicitation is unrestricted and all quotes received by 3:00 PM local time on September 21, 2012 will be considered by the Government. The Phoenix VA Health Care System requires the following BRAND NAME or EQUAL Items: CLIN 1000 Base Period - Date of Award through September 30, 2013 CLINDescriptionCatalog No Unit of MeasureEst QtyUnit PriceTotal Price 1001MGIT 960 Supplement (100 test per kit)245124Kit30 1002MGIT 7 ml media tube (100 per case)245122Cs35 Base Period Estimated Total$ CLIN 2000 Option Year One (1) - October 1, 2013 through September 30, 2014 CLINDescriptionCatalog No Unit of MeasureEst QtyUnit PriceTotal Price 2001MGIT 960 Supplement (100 test per kit)245124Kit30 2002MGIT 7 ml media tube (100 per case)245122Cs35 Option Year One (1) Estimated Total$ CLIN 3000 Option Year Two (2) - October 1, 2014 through September 30, 2015 CLINDescriptionCatalog No Unit of MeasureEst QtyUnit PriceTotal Price 3001MGIT 960 Supplement (100 test per kit)245124Kit30 3002MGIT 7 ml media tube (100 per case)245122Cs35 Option Year Two (2) Estimated Total$ CLIN 4000 Option Year Three (3) - October 1, 2015 through September 30, 2016 CLINDescriptionCatalog No Unit of MeasureEst QtyUnit PriceTotal Price 4001MGIT 960 Supplement (100 test per kit)245124Kit30 4002MGIT 7 ml media tube (100 per case)245122Cs35 Option Year Three (3) Estimated Total$ CLIN 5000 Option Year Four (4) - October 01, 2016 through September 30, 2017 CLINDescriptionCatalog No Unit of MeasureEst QtyUnit PriceTotal Price 5001MGIT 960 Supplement (100 test per kit)245124Kit30 5002MGIT 7 ml media tube (100 per case)245122Cs35 Option Year Four (4) Estimated Total$ Estimated Aggregate Total$ Vendor shall use quantities listed in Est Qty Column when preparing Total Price. In accordance with FAR Part 11.104 Brand Name or Equal items applies to all items of this procurement. The Catalog Numbers listed within the Schedule of Supplies are specific to Becton Dickinson Diagnostic Systems, Inc. Vendors wishing to demonstrate the ability to provide an "equal" product shall furnish product literature with quote. Salient Characteristics: "Reagents/tubes must be capable for use with Medical Center owned BD MGIT. Questions Submission: Interested Vendors must submit any questions concerning the solicitation by September 19, 2012 at 1:00 PM to ensure adequate time for Buyer's response. Questions must be submitted in writing, using email, to Kristin Tanner at kristin.tanner@va.gov. Any other form will not be considered, phone calls or faxed questions will not be accepted or answered. The Southern Arizona VA Health Care System (SAVAHCS), Pathology and Laboratory Medicine Service, Microbiology Section uses BD MGIT and reagents for the purpose of mycobacterial growth in pathologic disease states and necessary treatment. GENERAL REQUIREMENTS: The reagent kits and tubes must meet the following specifications: 1.Reagents made specifically to work with BD MGIT System and tubes 2.Reagents shall be packaged specifically to be used with BD MGIT System 3.Tubes will shall be bar-coded for identification of tests and individual for each sample 4.Tubes shall be capable of generating result for the EpiCenter Data System. 5.Tubes shall fit MGIT System. 6.Reagent must be Food and Drug Administration (FDA) approved. 7.Tests shall be Vendor supported with technical assistance readily available. 8.Test kits must meet performance and characteristics as defined by the FDA, the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). 9.In the event that the any consumable or reagent kit are found to be defective and unsuitable for use with the facility's equipment, or the contractor has failed to comply with the requirements for routine supply delivery, the contractor shall deliver the consumable supplies within a period of 24 hours after receipt of the verbal order for priority delivery from the facility. If either circumstance has occurred, the vendor shall deliver to the facility, in the most expeditious manner possible, without additional cost to the facility, the necessary consumables in sufficient quantity so testing is not delayed. PAYMENT METHOD: Purchase order shall be the preferred method of payment. In the event a purchase order is unavailable, the Vendor shall accept the Government Purchase Card as a form of payment. Orders will be place by an authorized NAVAHCS employee(s) by fax or phone. Orders placed by phone or fax will be followed up with a confirmation email. Person's authorized to place order: A list of positions authorized to place order will be indentified at time of award. DELIVERY: Delivery shall be FOB Destination to 3601 S. 6th Avenue, Tucson, AZ 85723. Packaging and marking, items must be adequately packaged to prevent damage during shipping, handling, and storage. Outer package must contain the complete contract number, obligation (purchase order) number and shipping address. A placing list/slip shall be enclosed with shipment and shall include contract number, items and quantity ordered, and items and quantity shipped. The following FAR Provisions apply to this procurement: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun, 2008) FAR 52.212-2, Evaluation - Commercial Items (Jan, 1999). Paragraph (a) Source Selection using Lowest Price Technically Acceptable (LPTA) (FAR 15.101-2) 1)This is a competitive Request for Quote (RFQ) that represents the best value to the Government conducted under FAR Part 15, Lowest Price Technically Acceptable (LPTA) source selection process. An Award will be made on the basis of the lowest price of quotes meeting or exceeding the acceptability standards for non-cost factors. 2)The Government will rank price quotes from lowest to highest, based on the total estimated cost (to include Options) of the quote. If the lowest priced quote receives an "Acceptable" Technical rating, then the evaluation process concludes and the Government will make preparations for contract award. If the lowest priced quote is not rated "Technically Acceptable", then the evaluation process continues until a technically acceptable quotes is determined. Technical Acceptability - to be technically acceptable, the quote must: I.Provide all of the required items listed above (in accordance with FAR 15.101-2(b)(1)): "If providing an "equal" product, comply with FAR Part 52.211-6 & VAAR 852.211-73, Brand Name or Equal. Technical capability and compatibility of the items offered to meet the Government's requirement. "Equal" product must meet all salient characteristics of the supplies to be considered technically acceptable. Product literature must be provided along with the quote to the following email kristin.tanner@va.gov to be considered. "The completed pricing information filled in the Price/Cost Schedule (pages 2 and 3). "Any exceptions to the RFQ, including the SOW/Specifications, the delivery schedule and the terms and conditions. Unless specifically stated in the quote, the offeror agrees to everything in the RFQ/Delivery Order. II.Demonstrate that the offeror can provide all of the items requested in the SOW/Specifications section. This may include specifications, pictures, brochures, relevant past performance information, maintenance information, allowance for expansions or upgrades and other information that may be applicable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an 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 an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011) The offeror must submit a completed copy of the provision at with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.216-1 TYPE OF CONTRACT (APR 1984) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 52.225-25 PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN--CERTIFICATION (SEP 2010) 52.233-2 SERVICE OF PROTEST (SEP 2006) The following VAAR Provisions apply to the procurement: 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008) 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The following FAR Clauses apply to this procurement: FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (JUN, 2010) FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (APR, 2011) APPLIES TO THIS ACQUISITION. THE FOLLOWING CLAUSES UNDER SUBPARAGRAPH (B) APPLY: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) 52.219-8 Utilization of Small Business Concerns (JAN 2011) 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (SEP 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1 Buy American Act--Supplies (FEB 2009) 52.232-34 Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) The following VAAR clauses are also applicable to this acquisition: 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 852.211-73 BRAND NAME OR EQUAL (JAN 2008) 852.216-70 ESTIMATED QUANTITIES (APR 1984) 852.246-71 INSPECTION (JAN 2008) 852.273-76 ELECTRONIC INVOICE SUBMISSION (INTERIM - OCTOBER 2008) Vendors must submit all questions concerning this solicitation in writing to the Contract Specialist, Kristin Tanner by way of electronic mail (email) to kristin.tanner@va.gov. Questions must be received no later than 1:00 PM Local Time (AZ Time), September 19, 2012. Quotes are required to be received in the contracting office no later than 3:00 PM Local Time on September 21, 2012. All quotes must be emailed to Contract Specialist, Kristin Tanner at kristin.tanner@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAHCS649/VANAHCS649/VA25812Q0851/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-12-Q-0851 VA258-12-Q-0851.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=479359&FileName=VA258-12-Q-0851-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=479359&FileName=VA258-12-Q-0851-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Southern Arizona VA Health Care System;Pathology and Laboratory Medicine;3601 S. 6th Avenue;Tucson
Zip Code: 85723-0001
 
Record
SN02885081-W 20120919/120917235933-831838e200d0134844c6967f6b708e41 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.