DOCUMENT
65 -- NX EQ Automated Coverslipping Machines Leica Biosystems Brand Name Or Equal (BONE) - Attachment
- Notice Date
- 4/20/2018
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- U.S. Department of Veterans Affairs;OPAL | Strategic Acquisition Center;10300 Spotsylvania Ave., Ste. 400;Fredericksburg VA 22408-2697
- ZIP Code
- 22408-2697
- Solicitation Number
- 36C10G18Q0159
- Response Due
- 5/21/2018
- Archive Date
- 8/28/2018
- Point of Contact
- Catalin.Parfenti@va.gov
- E-Mail Address
-
catalin.parfenti@va.gov
(Catalin.Parfenti@va.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for brand name or equal 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, in conjunction with the procedures in FAR subpart 13 Simplified Acquisition Procedures, 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. Solicitation number 36C10G18Q0159 is issued for this COMBINED SYNOPSIS/SOLICITATION; this solicitation is being issued as a Request for Quote (RFQ). This COMBINED SYNOPSIS/SOLICITATION incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2005-97, dated January 24, 2018. Requirement Description: The Department of Veterans Affairs (VA) is transforming the service it provides to Veterans through the MyVA effort. MyVA was established in July 2015 to modernize the Department of Veterans Affairs culture, processes, and capabilities to put the needs, expectations and interests of Veterans and their families first. This effort is highly visible, with significant attention within the highest levels of government, the public, and the press. As this transformation progresses, VA's mission requirements to support America s Veterans are growing more quickly than its budget. Key elements of VA s expanded mission requirements include: 15% expansion in the number of Veterans enrolled in VA Healthcare from FY 2009 through FY 2016 More than 100% increase between FY 2009 and FY 2016 in the number of 100% disabled Veterans cared for by VA 6% increase in the number of medical appointments scheduled in FY 2016 vs FY 2014 More than 300% increase between FY 2009 and FY 2016 in the number of Veterans receiving education benefits through the VA In order to ensure we are able to continue to provide Veterans with the benefits and care they have earned through their selfless service, VA is changing the way we do business. Specifically, we are improving the management of our supply chain to aggregate demand and facilitate ease of ordering in the field. Throughout VA, we are moving from local contracting to national contracting whenever feasible. Simplified ordering processes will drive volume towards suppliers with national contracts. Simultaneously, greater cost transparency throughout the VA will allow clinicians and VA leaders to select medical equipment that optimizes Veteran outcomes at the lowest cost. For our suppliers, we anticipate that these changes will ease the process of doing business with the VA and drive down our suppliers costs. We welcome opportunities to work closely with suppliers to further reduce costs. In return, we expect that suppliers will offer the VA value commensurate with VA s status as the largest integrated healthcare provider in the United States. Specifically, VA expects that it will receive the most favorable prices, warranties, conditions, benefits, and terms for the same product as those given by the supplier to any provider in the country. We expect that VA s large volumes will increasingly be directed toward those suppliers best able to offer value to the VA. VA looks forward to collaborating with its suppliers to further drive down costs in order to deliver optimal value to our Veterans. In light of this transformation, the VA has a requirement to purchase Leica Biosystems Brand Name or Equal Automated Coverslipper Machine to deliver patient care at its VA Medical Centers throughout the United States, U.S. Territories, Guam and the Philippines. Automated Coverslipper Machine is an automated machine, dealing with the tedious task of adding coverslips to microscope slides. Its capability of handling a large variety of slide racks from different suppliers makes it very flexible. All common mounting media can be used and the operator can choose wet or dry coverslipping. The Automated Coverslipper Machine performance achieves three goals: highly consistent and reliable coverslipping quality, full adaptation to individual laboratory set-ups, and integration into staining/coverslipping workstations to form a fully automated walk-away system. A single award Firm-Fixed Price Requirements contract will be awarded for the purchase of Brand Name or Equal equipment in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the terms for cost/price and technical capabilities of the Brand Name or Equal equipment. The Government reserves the right to award without discussions. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing and the associated size standard are 1000 employees. This procurement action is for full and open competition. This acquisition is for a single-award Firm-Fixed Price Requirements contract in accordance with FAR Part 16.5 for Leica Biosystems Brand Name or Equal Automated Coverslipper Machine as identified in Attachment 2, Cost/Price Schedule. All interested companies shall provide a quote for all Contract Line Item Numbers (CLINs) listed in Attachment 2, Cost/Price Schedule. The ordering period is one 12-month base with two 12-month options. Delivery is FOB destination. Firm-Fixed Price Orders will be placed against this contract in writing and will provide the delivery locations, delivery dates and exact quantities. All responsible sources may submit a capability statement, quotation, which shall be considered by the agency. The FAR provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition including attached addenda to the provision. The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria as attached addenda also applies to this acquisition. The offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. All interested offerors must be registered in the System for Award Management (SAM) prior to receiving an award. You may access SAM at https://www.sam.gov/portal/public/SAM/. All questions should be submitted no later than May 04, 2018 by 3:00 PM EST and include the following RFQ reference in the SUBJECT Line: 36C10G18Q0159 | NX EQ Automated Coverslipper Machine. Quotes are due May 21, 2018 at 3:00 PM (EDT) to Catalin Parfenti at VASACDirectorateC@va.gov and include the following RFQ reference in the SUBJECT Line: 36C10G18Q0159 | NX EQ Automated Coverslipper Machine.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f7d7608abd16d4eb00b5db72f5e7d7fd)
- Document(s)
- Attachment
- File Name: 36C10G18Q0159 36C10G18Q0159.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242493&FileName=36C10G18Q0159-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242493&FileName=36C10G18Q0159-000.docx
- File Name: 36C10G18Q0159 S02 36C10G18Q0159.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242494&FileName=36C10G18Q0159-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242494&FileName=36C10G18Q0159-001.pdf
- File Name: 36C10G18Q0159 S02 Attachment 2 - Price-Cost Schedule.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242495&FileName=36C10G18Q0159-002.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242495&FileName=36C10G18Q0159-002.xlsx
- File Name: 36C10G18Q0159 S02 Attachment 3 - Past Performance Questionnaire.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242496&FileName=36C10G18Q0159-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242496&FileName=36C10G18Q0159-003.docx
- File Name: 36C10G18Q0159 S02 Attachment 4 - Quarterly Sales Report 2.0.xls (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242497&FileName=36C10G18Q0159-004.xls)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242497&FileName=36C10G18Q0159-004.xls
- File Name: 36C10G18Q0159 S02 Attachment 1 - Salient Characteristics.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242498&FileName=36C10G18Q0159-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242498&FileName=36C10G18Q0159-005.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C10G18Q0159 36C10G18Q0159.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4242493&FileName=36C10G18Q0159-000.docx)
- Record
- SN04897067-W 20180422/180420230924-f7d7608abd16d4eb00b5db72f5e7d7fd (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 |