Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2018 FBO #6028
DOCUMENT

66 -- Supply: Immunoassay Cost Per Test - Attachment

Notice Date
5/24/2018
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
36C24818Q0808
 
Response Due
6/18/2018
 
Archive Date
8/17/2018
 
Point of Contact
Camille Alderman
 
Small Business Set-Aside
N/A
 
Description
Attachment 1: Combined Synopsis Solicitation 36C24818Q0398 2 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This announcement constitutes as the only solicitation (36C24818Q0808); quotes are being requested. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 dated 01/24/2018. (iv) This requirement is Unrestricted. The NAICS code for this requirement is NAICS Code 334516 Analytical Laboratory Instrument Manufacturing (1,000 Number of employees SBA Size Standard). (v) See (see attachment 2. CPT Immunoassay Price Schedule). (vi) Description of requirements for the items to be acquired: This combined synopsis is for Brand name Siemens or equal immunoassay analyzer or testing system Cost Per Test (CPT). Statement of Need (see attachment 1). (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM equipment/reagents for the James A. Haley Veterans Hospital (JAHVH).   No remanufactures or gray market items will be acceptable.   (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller IAW Statement of Need and items listed on Price Schedule, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.  Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to JAHVH upon discovery of such items.   (vii) All equipment/services to be delivered to the Department of Veteran Affairs (VA), James A. Haley Veterans Hospital Microbiology Lab 13000 Bruce B. Downs Blvd Tampa, FL 33612. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and offers must fill out price. Offerors must submit their technical and management approach that addresses all requirements pertaining to the required services. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, will be used. The comparative evaluation procedures will be used in accordance with FAR 13.106-2(b)(3). The Government will award a Firm-Fixed Price contract with estimated quantities to the responsible quoter using a comparative evaluation. The comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3). The government reserves the right to select a quotation that provides benefit to the government that exceeds the minimum but is not required to do so. Quoters are advised that quotation may exceed the requirements but the government is not requesting or accepting alternate quotes; each response must respond to the solicitation requirement. The government will apply the following comparative evaluation process as the basis for award: Assess the direct comparison of one quote with another using a uniform and fair approach to determine which quote provides the government what it needs, where and when in accordance with the SON and this combined synopsis. Once one quotation is found acceptable, it is compared to the remaining ones, and the best one is chosen for the best value to the government. The Government may rely on internal documentation including the Federal Awardee Performance and Integrity Information System (FAPIIS) Past Performance Information Retrieval System (PPIRS) and contracting officer s knowledge of and previous experience with supply or service being acquired for determining Past Performance. If no record of past performance is found in FAPIS or PPIRS, the contract shall not receive a favorable or unfavorable rating, but shall receive a rating of neutral. Price shall be submitted using the attachment 2. CPT Immunoassay Price Schedule. Provide in your quote a complete description and list of equipment, reagents, and detailed pricing, sufficient for the VA to evaluate whether your quote meets the SOW. Due to anticipated award amount, the VA is requesting special price discounts. Annotate any discounts on your quote. Information not contained in a vendor s quote will not be considered during the evaluation. The Government intends to make award selection without clarification, but may determine after evaluating submitted quotes that the elements stated in FAR 13.106-2(b) for evaluation procedures are necessary, and conduct them as appropriate. The Government reserves the right to make no award if no quotes meet the requirements of this solicitation. (x) To be eligible for award offerors must be registered in System for Award Management (SAM) prior to award in accordance with the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. We advise vendors to submit a completed copy of this provision with your quote. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and no additional addenda to the clause included. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses cited in the clause are applicable to the acquisition: 52.203-19 52.204-10 52.209-6 52.209-9 52.209-11 52.219-8 52.219-13 52.219-28 52.222-3 52.222-19 52.222-21 52.222-26 52.222-35 52.222-36 52.222-37 52.222-40 52.222.50 52.223-18 52.224-3 52.225-3 52.225-13 52.232-33 52.239-1 (xiii) The following additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are as follows: Attachment 1: Combined Synopsis Solicitation 36C24818Q0808 5 52.203-99 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (DEVIATION) (FEB 2015) 52.217-6 Option for Increased Quantity 52.252-2 Clauses Incorporated by Reference (FEB 1998) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran Owned Small Business Evaluation Factors (JUL 2016) VAAR 852.215-71 Evaluation Factor Commitments (DEC 2009) VAAR 852.233-71 Alternative Protest Procedure (JAN 1998) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852-246-70 Guarantee VAAR 852-246-71 Inspection VAAR 852.270-1 Representatives of contracting officers VAAR 852.273-70 Late offers VAAR 852-273-74 Award without exchanges FULL TEXT 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 1 October 2018 through 30 September 2023. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $6,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of $1,260,000.00; (2) Any order for a combination of items in excess of $1,260,000.00; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21 REQUIREMENTS (OCT 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 5 years. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 30 September 2019. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2019, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) (Note: as used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. The clause entitled "Brand name Siemens or equal" applies to all line items. ADDITIONAL SOLICITATION PROVISIONS: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION) (FEB 2015) 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (DEVIATION)(MAR 2012) 52.217-5 Evaluation of Options 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this acquisition. (xv) Questions in response to this solicitation may be emailed no later than 12:00 PM Noon eastern standard time (EST) on June 7th, 2018. Quotes are due no later than 12:00 PM EST on June 18th, 2018 via e-mail to camille.alderman@va.gov. Information that must be submitted with your quote are: Completed Price Schedule. Technical Specifications of Equivalent Brand. Authorized dealer, authorized distributor or authorized reseller must provide OEM Letter/Documentation of proof. (xvi) The point of contact is Camille Alderman (813) 972-2000 ext. 3133.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/36C24818Q0808/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24818Q0808 36C24818Q0808.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4332301&FileName=36C24818Q0808-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4332301&FileName=36C24818Q0808-000.docx

 
File Name: 36C24818Q0808 Combined Synopsis.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4332302&FileName=36C24818Q0808-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4332302&FileName=36C24818Q0808-001.docx

 
File Name: 36C24818Q0808 SON and Allergens.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4332303&FileName=36C24818Q0808-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4332303&FileName=36C24818Q0808-002.pdf

 
File Name: 36C24818Q0808 CPT Immunoassay Price Schedule.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4332304&FileName=36C24818Q0808-003.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4332304&FileName=36C24818Q0808-003.xlsx

 
File Name: 36C24818Q0808 IT Security.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4332305&FileName=36C24818Q0808-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4332305&FileName=36C24818Q0808-004.pdf

 
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: Department of Veterans Affairs;13000 Bruce B Downs Blvd.;FL
Zip Code: 33612
 
Record
SN04933902-W 20180526/180524230615-46c7bc763bf9e07aa52523b528992aa7 (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.