Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
DOCUMENT

66 -- ESTIMATED COST PER SLIDE CONTRACT FOR IMMUNOHISTOCHEMICAL TESTING SUPPLIES - Attachment

Notice Date
9/14/2015
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 02;1304 Buckley Road;Suite C104;Syracuse NY 13212
 
ZIP Code
13212
 
Solicitation Number
VA52815Q0346
 
Response Due
9/18/2015
 
Archive Date
11/17/2015
 
Point of Contact
Allison Dubin
 
E-Mail Address
25-4400
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number:VA528-15-Q-0346 Posted Date:09/14/2015 Current Response Date:09/18/2015 NAICS Code:334516 Contracting Office Address VISN 2 NCO (2-90) Department of Veterans Affairs 1304 Buckley Road, Suite C104 Syracuse, NY 13212 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 005-84/09-03-2015. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 500 employees. The Buffalo VA Medical Center has a requirement for an Immunohistochemical Stainer in a Cost per Test format, to include Equipment, Consumables, Service & Maintenance In Accordance With Mfg. Recommendations, Training. All interested companies shall provide quotes for the following: Supplies Price/Cost Schedule: PART I: Base Year: October 1, 2015 through September 30, 2016 CLINDESCRIPTIONQTYUNITPRICE/EACHTOTAL 1Autostainer - cost per slide format3000ea PART II: 1st Option Year: October 1, 2016 through September 30, 2017 CLINDESCRIPTIONQTYUNITPRICE/EACHTOTAL 2Autostainer - cost per slide format3000ea PART III: 2nd Option Year: October 1, 2017 through September 30, 2018 CLINDESCRIPTIONQTYUNITPRICE/EACHTOTAL 3Autostainer - cost per slide format3000ea PART IV: 3rd Option Year: October 1, 2018 through September 30, 2019 CLINDESCRIPTIONQTYUNITPRICE/EACHTOTAL 4Autostainer - cost per slide format3000ea PART V: 4th Option Year: October 1, 2019 through September 30, 2020 CLINDESCRIPTIONQTYUNITPRICE/EACHTOTAL 5Autostainer - cost per slide format3000ea BASE AND ALL OPTIONS VALUE: Services See statement of work attached. The delivery/task order period of performance is 10/01/2015 - 9/30/2020. Place of Performance Address:Department of Veterans Affairs 3495 Bailey Avenue Buffalo, NY 14215 Country:UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1.FAR 52.212-1, "Instructions to Offerors-Commercial Items" Vendor must be registered with the sam.gov to further qualify for this contract. The offeror's quote shall, at a minimum, address each of the factors and additional documents listed in this RFP. During evaluations of each quote, the Government will assess each area of the Technical Quote to ensure the offeror meets or exceeds the standards of the contract. The Government will evaluate the technical quote based on the evaluation criteria described in the Evaluation Section below, as well as those requirements listed in the SOW. The Government will infer from the offeror's responses to these specified evaluation criteria the offeror's capability to perform to the requirements of the entire SOW. 2.FAR 52.212-2, "Evaluation-Commercial Items" (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1: Technical Approach/Capability: Contractor is to provide clear evidence of the overall technical approach; proposed methodology; and a demonstrated understanding of the scope of work and the requirements Factor 2: Past Performance Factor 3: Price (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. 3.FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (July 2013) FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (August 2013). The following subparagraphs of FAR 52.212-5 are applicable: (b), 1, 4, 6, 7 14, 23, 26, 27, 28, 29, 30, 31,32, 33, 38, 39, 41, 42, and 48 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.209-5, Representation By Corporations Regarding An Unpaid Tax Liability Or A Felony Conviction Under Any Federal Law 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.216-22, Indefinite Quantity 52.217-5, Evaluation of Options 52.217-6, Option for Increased Quantity 52.217-9, Option to Extend the Term of the Contract 52.222-22 Previous Contracts Compliance Report 52.222-25 Affirmative Action Compliance 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combatting Trafficking in Persons 52.223-3, Hazardous Material Identification and Material Safety Data - Alternate I (Jan 1997). 52.225-5 Trade Agreements 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. 52.232-18, Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-38, Submission of Electronic Funds Transfer Information with Offer (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 FOB Destination 852.203-70, Commercial advertising (Jan 2008) 852.211-73 Brand Name or Equal 852.216-70, Estimated quantities (Apr 1984) 852.232-72, Electronic submission of payment requests (Nov 2012) 852.246-70, Guarantee 852.246-71, Inspection (Jan 2008) 852.270-1, Representatives of Contracting Officers Quote packages must include the following or responses will be considered non-responsive: 1.Spec sheets, product literature, brochures, etc that fully describe the products being offered 2.Warranty Provisions 3.Pricing 4.Service and Maintenance Plan 5.Completed Reps and Certs if offeror does not list the NAICS code on their annual ORCA submission. 6.Signed Standard Form 1449, and acknowledgment of all amendments. 7.VA Approved Business Associate Agreement, if any All quote packages shall be emailed to Allison.Dubin2@va.gov. This is an open-market combined synopsis/solicitation for an Autostainer in cost per test format as defined herein. The government intends to award an IDIQ contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Friday, September 18th at 5:00 pm.. Quotes and supporting documentation must be emailed to Allison Dubin at Allison Dubin2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Allison Dubin, Allison.Dubin2@va.gov. Point of Contact Allison Dubin, Allison.Dubin2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52815Q0346/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-Q-0346 VA528-15-Q-0346_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2313392&FileName=VA528-15-Q-0346-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2313392&FileName=VA528-15-Q-0346-000.docx

 
File Name: VA528-15-Q-0346 P09 Statement of Work IHC Stainer Link 48.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2313393&FileName=VA528-15-Q-0346-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2313393&FileName=VA528-15-Q-0346-001.docx

 
File Name: VA528-15-Q-0346 P14 Attachment A, Antibody Optimization.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2313394&FileName=VA528-15-Q-0346-002.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2313394&FileName=VA528-15-Q-0346-002.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03885932-W 20150916/150915000816-701fa2a2de165f53539b42f258186bf8 (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.