SOLICITATION NOTICE
66 -- VA249-18-AP-5995 BacT/Alert 3D Control Module (Reagent) - Base +4
- Notice Date
- 11/16/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24919Q0036
- Response Due
- 12/7/2018
- Archive Date
- 1/6/2019
- Point of Contact
- Email: Chaz.Bowling@va.gov
- Small Business Set-Aside
- N/A
- Description
- Combine Synopsis/Solicitation General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24919Q0036 Posted Date: 11/16/2018 Response Date: 12/07/2018 Product or Service Code: 6603 NAICS Code: 325413 Contracting Office Address NCO 9 ATTN: Chaz Bowling Department of Veterans Affairs Contracting Office, 4th Floor 1639 Medical Center Parkway Murfreesboro, TN 37129 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101/10-26-2018 The associated North American Industrial Classification System (NAICS) code for this procurement is 325413, with a small business size standard of 1250 employees. The Network Contracting Office 9 is seeking a vendor that will provide the necessary requirement for the James H. Quillen VA Medical Center. All questions regarding this RFQ must be in writing and may be sent by e-mail to Chaz.Bowling@va.gov Questions must be received no later than November 28, 2018 3:30PM CST. No further question will be accepted after that date and time. BRAND NAME OR EQUAL All interested companies shall provide quotations for the following Brand Name or Equal requirement outlined in the Schedule below: Schedule CLIN Description Quantity Unit Price Total Price Base Year POP 1/1/2019 12/31/2019 0001 Equipment Part Number - 4700216 SYS-VITEK 2 0060 Base Year Period of Performance 1/1/2019-12/31/2019 1 0002 Item Number - 21341 GN Test Kit VTK2 Base Year Period of Performance 1/1/2019-12/31/2019 170 Boxes 0003 Item Number 21342 GN Test Kit VTK2 Base Year Period of Performance 1/1/2019-12/31/2019 80 Boxes 0004 Item Number 21343 YST Test Kit VTK2 Base Year Period of Performance 1/1/2019-12/31/2019 12 Boxes 0005 Item Number - 21347 ANC ID Base Year Period of Performance 1/1/2019-12/31/2019 12 Boxes 0006 Item Number AST-GN-GP Vitek 2 GN and GP AST Cards Base Year Period of Performance 1/1/2019-12/31/2019 200 Boxes 0007 Equipment Part Number - 4700109 Option Year One Period of Performance 1/1/2019-12/31/2019 1 0008 Item Number - 259789 BacT/Alert SA Base Year Period of Performance 1/1/2019-12/31/2019 50 Cases 0009 Item Number - 259790 BacT/Alert SA Base Year Period of Performance 1/1/2019-12/31/2019 50 Cases Total Amount $ Option Year One POP 1/1/2020 12/31/2020 1001 Equipment Part Number - 4700216 SYS-VITEK 2 0060 Option Year One Period of Performance 1/1/2020-12/31/2020 1 1002 Item Number - 21341 GN Test Kit VTK2 Option Year One Period of Performance 1/1/2020-12/31/2020 170 Boxes 1003 Item Number 21342 GN Test Kit VTK2 Option Year One Period of Performance 1/1/2020-12/31/2020 80 Boxes 1004 Item Number 21343 YST Test Kit VTK2 Option Year One Period of Performance 1/1/2020-12/31/2020 12 Boxes 1005 Item Number - 21347 ANC ID Option Year One Period of Performance 1/1/2020-12/31/2020 12 Boxes 1006 Item Number AST-GN-GP Vitek 2 GN and GP AST Cards Option Year One Period of Performance 1/1/2020-12/31/2020 200 Boxes 1007 Equipment Part Number - 4700109 Option Year One Period of Performance 1/1/2020-12/31/2020 1 1008 Item Number - 259789 BacT/Alert SA Option Year One Period of Performance 1/1/2020-12/31/2020 50 Cases 1009 Item Number - 259790 BacT/Alert SA Option Year One Period of Performance 1/1/2020-12/31/2020 50 Cases Total Amount $ Option Year Two 1/1/2021 - 12/31/2021 2001 Equipment Part Number - 4700216 SYS-VITEK 2 0060 Option Year Two Period of Performance 1/1/2021-12/31/2021 1 2002 Item Number - 21341 GN Test Kit VTK2 Option Year Two Period of Performance 1/1/2021-12/31/2021 170 Boxes 2003 Item Number 21342 GN Test Kit VTK2 Option Year Two Period of Performance 1/1/2021-12/31/2021 80 Boxes 2004 Item Number 21343 YST Test Kit VTK2 Option Year Two Period of Performance 1/1/2021-12/31/2021 12 Boxes 2005 Item Number - 21347 ANC ID Option Year Two Period of Performance 1/1/2021-12/31/2021 12 Boxes 2006 Item Number AST-GN-GP Vitek 2 GN and GP AST Cards Option Year Two Period of Performance 1/1/2021-12/31/2021 200 Boxes 2007 Equipment Part Number - 4700109 Option Year Two Period of Performance 1/1/2021-12/31/2021 1 2008 Item Number - 259789 BacT/Alert SA Option Year Two Period of Performance 1/1/2021-12/31/2021 50 Cases 2009 Item Number - 259790 BacT/Alert SA Option Year Two Period of Performance 1/1/2021-12/31/2021 50 Cases Total Amount $ Option Year Three POP 1/1/2022 12/31/2022 3001 Equipment Part Number - 4700216 SYS-VITEK 2 0060 Option Year Three Period of Performance 1/1/2022-12/31/2022 1 3002 Item Number - 21341 GN Test Kit VTK2 Option Year Three Period of Performance 1/1/2022-12/31/2022 170 Boxes 3003 Item Number 21342 GN Test Kit VTK2 Option Year Three Period of Performance 1/1/2022-12/31/2022 80 Boxes 3004 Item Number 21343 YST Test Kit VTK2 Option Year Three Period of Performance 1/1/2022-12/31/2022 12 Boxes 3005 Item Number - 21347 ANC ID Option Year Three Period of Performance 1/1/2022-12/31/2022 12 Boxes 3006 Item Number AST-GN-GP Vitek 2 GN and GP AST Cards Option Year Three Period of Performance 1/1/2022-12/31/2022 200 Boxes 3007 Equipment Part Number - 4700109 Option Year Three Period of Performance 1/1/2022-12/31/2022 1 3008 Item Number - 259789 BacT/Alert SA Option Year Three Period of Performance 1/1/2022-12/31/2022 50 Cases 3009 Item Number - 259790 BacT/Alert SA Option Year Three Period of Performance 1/1/2022-12/31/2022 50 Cases Total Amount $ Option Year Four POP 1/1/2023 12/31/2023 4001 Equipment Part Number - 4700216 SYS-VITEK 2 0060 Option Year Four Period of Performance 1/1/2023-12/31/2023 1 4002 Item Number - 21341 GN Test Kit VTK2 Option Year Four Period of Performance 1/1/2023-12/31/2023 170 Boxes 4003 Item Number 21342 GN Test Kit VTK2 Option Year Four Period of Performance 1/1/2023-12/31/2023 80 Boxes 4004 Item Number 21343 YST Test Kit VTK2 Option Year Four Period of Performance 1/1/2023-12/31/2023 12 Boxes 4005 Item Number - 21347 ANC ID Option Year Four Period of Performance 1/1/2023-12/31/2023 12 Boxes 4006 Item Number AST-GN-GP Vitek 2 GN and GP AST Cards Option Year Four Period of Performance 1/1/2023-12/31/2023 200 Boxes 4007 Equipment Part Number - 4700109 Option Year Four Period of Performance 1/1/2023-12/31/2023 1 4008 Item Number - 259789 BacT/Alert SA Option Year Four Period of Performance 1/1/2023-12/31/2023 50 Cases 4009 Item Number - 259790 BacT/Alert SA Option Year Four Period of Performance 1/1/2023-12/31/2023 50 Cases Total Pricing $ Total Price of Base Plus Options $ Statement of Work (CLINs 0001-0006 and the subsequent option year CLINs) REQUIREMENT: This is a Brand Name or Equal requirement for the James H. Quillen VA Medical Center that requires a Cost Per Reportable Result (CPRR) Vitek 2 system and applicable reagents. This requirement is for a period of one year: January 1, 2019 - December 31, 2019, with an additional (4) four (1) one-year options. PURPOSE: The purpose of this agreement is for the Contractor to provide the James H Quillen VAMC Microbiology Lab with standardized microbiological system for the identification and sensitivity of microorganisms which shall have the capability of performing or reporting the clinical parameters as defined for the James H Quillen VAMC, Mountain Home, TN in accordance with the terms and conditions stated herein. The instruments shall be able to simultaneously perform the complete profile as described below and meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). The Contractor shall propose the suggested/recommended equipment/reagents for all sites that meet the requirements of the facility. PRICES AND TERMS: James H Quillen VAMC estimates the bacteria identification and susceptibility card volume of 783 month (9,480 cards/year). The Government estimates the volumes listed, but does not guarantee volumes as listed; they are ESTIMATES ONLY. TERM OF AGREEMENT: The agreement shall be effective for one year beginning January 1, 2019 December 31, 2019, with an additional (4) four (1) one-year options available. ORDERING METHOD: The participating facility will order products via telephone, facsimile or other written communication, identifying the products by number, quantity, address for delivery, and any special instructions. These items will be ordered as needed during the period of performance. DELIVERY TICKETS: Unless otherwise agreed to, all deliveries under this agreement shall be accompanied by delivery tickets or sales slips that shall contain the following information as a minimum: a. Name of contractor b. Contract number c. Model number or National Stock Number (NSN) d. Purchase order number e. Date of purchase f. Quantity, unit price and extension of each item (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show information) g. Date of shipment. INVOICES AND PAYMENTS: The Contractor shall invoice each delivery order as directed by the ordering activity. Payments will be made by the VA Finance Center, Austin, Texas. Invoices will be submitted electronically. INVENTORY AND SUPPLIES: a. Delivery of supplies: Any unexpected changes in methodology/technology shall be at the expense of the Contractor. b. Alert/Notification of delays in shipments as well as all technical advisory/recalls/alerts, prior to or simultaneously with field alerts shall be forwarded to the microbiology supervisor, lab chief, and the VISN 9 clinical systems program office manager. c. Special handling for emergency orders of supplies: In the event that the consumables are found to be defective and unsuitable for use with the contractor s equipment, or the contractor has failed to comply with the requirements for routing supply delivery, the contractor is required to deliver the consumable supplies within 24 hours of receipt of a verbal order for priority delivery from the government activity. If either circumstance has occurred, the contractor will deliver to the government site in the most expeditious manner possible without additional cost to the government GENERAL REQUIREMENTS: The system shall provide self-contained, fully automated identification and antibiotic susceptibility testing system for aerobic, facultative, fastidious, and anaerobic microorganisms and yeasts. The system shall have a data management system with varied options for analysis and reporting/review of cumulative patient data on organisms isolated and antimicrobial profiles, and allow for manual modification of susceptibility breakpoints to comply with new CLSI guidelines until such time that the vendor applies necessary software updates. The system shall have battery backup capable of maintaining data for at least 24 hours in the event of a facility power failure. The vendor shall provide hardware/software upgrades necessary to maintaining the integrity of the system at no additional charge to the government. These must be provided as they become available and as they are being offered to commercial customers. Changes in CLSI guidelines shall be implemented into the software upgrades in a timely manner. The vendor shall provide to each facility a copy of operating procedures in Clinical and Laboratory Standards Institute (CLSI) digital format at time of installation using software compatible with VA (Microsoft Office WORD). Interfacing: Instrumentation proposed shall be capable of bi-directional, bar-coded, computer interface with VistA (at a minimum shall be capable of downloading patient demographics from host computer, integrating this information with test results and uploading to the host computer). The system shall also offer independent, manual processing and printing of a chartable result in the event of LIS downtime. A printer for the analyzer shall be provided by the Contractor. Ancillary Equipment and Supplies: The Contractor shall provide, install and maintain, as indicated, any and all ancillary support equipment, consumables/supplies, parts and accessories necessary to fully operate the bacterial and susceptibility analyzer as defined in these specifications, e.g., McFarland standards, cabinetry to support/house the analyzer (if necessary) and universal interface equipment, Uninterruptible Power Supply (UPS) capable of supporting the full scope of equipment operation with a built-in line conditioner, for each proposed analyzer. The Contractor shall include all ancillary components that are customarily sold or provided with the model of equipment proposed, e.g. starter kits, tables/stands, etc. Maintenance and Repair: The Contractor shall be able to provide emergency equipment repair and preventative maintenance and any incremental support equipment, e.g. water system, offered according to the following terms: A technical assistance or support center shall be available by telephone hot-line 24/7 days/week with a maximum call back response time of 1 hour with on-site service provided, not to exceed 24 hours following determination that site service is required The technical assistance center shall be staffed with personnel who are fluent in English without the use of an interpreter. Ability to provide equipment service on a 24-hour/day 7 days/week basis for hospital-based systems. Scheduled preventative maintenance calls shall occur at a frequency to meet the minimum manufacturer s requirements to keep the equipment in optimal operating condition. Every notification for a repair service call shall be treated as a separate and new service call. During the term of the term of the contract, should the repair record of any individual piece of laboratory equipment reflect a downtime of 10% or greater of the normal working days in one calendar month, a determination will be made by the designated representative of the Government to replace the malfunctioning equipment with new equipment. The responsibility for maintaining the equipment furnished in good condition in accordance with manufacturer s instructions, shall be solely that of the contractor. The Government agrees to maintain the equipment according to manufacturer s specifications. Each instrument provided by the contractor shall maintain an uptime of 90% in each month of the term of the agreement. Training: The Contractor shall provide training on the operation of the system, data manipulation, preventative maintenance and basic trouble shooting and repair for 2 key operators. Any training program that involves off-site travel shall include the cost of airfare, room and board for each participant. A training or competency checklist shall be provided by the Contractor. Site Preparation: Site preparation specifications shall be furnished in writing by the Contractor as a part of the equipment quotation. These specifications shall be in such detail as to ensure that the equipment to be installed shall operate efficiently and conform to the manufacturer s claimed specifications. The Contractor shall be responsible for assessing the space available in each facility to ensure the right size equipment is provided; thereby not creating a safety hazard. Implementation and Transition: The Contractor shall provide with its quotation a transitioning plan for the complete transition of all services including installation and training of personnel, transition of all testing materials, reagents and supplies, etc., performance of all comparisons and validations. This transition shall be completed no later than 60 days after date of award. This timeline is based on a reasonable attempt of the Contractor to complete all of the necessary implementation requirements within the stated timeframe. Comparison and Validation of Analyzer: The Contractor shall perform at each site, to the satisfaction of the Government, at no cost to the Government all comparison and validation studies to include any linearity material and reagents needed for such correlation. The Contractor shall perform all statistical analysis and report data in an organized, clearly comprehensible format. This process shall be completed within two weeks of installation of the analyzer at each site and shall be consistent with current CLSI and related documents, College of American Pathologists (CAP) Standards, and Federal Regulations. Each model of fully automated identification and antibiotic susceptibility testing system offered shall comply with all general requirements stated herein. Each Contractor shall submit as part of their offer, technical data or descriptive literature to ascertain that the equipment offered meets the requirements outlined below. The Contractor shall provide FDA approved, self-contained, fully automated identification and antibiotic susceptibility testing system for aerobic, facultative, fastidious, and anaerobic microorganisms, and yeasts. Remanufactured or discontinued models are unacceptable for this agreement. The Contractor shall state the failure mean time (between failure and mean time to repair) for each piece of equipment offered. Emergency replacement of equipment shall be provided by the Contractor. TECHNICAL REQUIREMENTS: The system shall have a comprehensive and extensive data base of bacteria and yeast species that is consistent with CLSI guidelines. Vendor shall provide software upgrades at no charge to the government when CLSI guidelines change or are updated, or changes in bacterial nomenclature. The system shall offer a comprehensive array of bacterial antimicrobial susceptibility panels. Vendor shall supply a list of available susceptibility panels as well as a list of antibiotic exceptions for their methodology at time of proposal. The system shall offer detection of organisms that carry a carbapenems. The system shall be capable of producing an antibiogram of organisms by selected body sites. The system shall have a built-in quality control program to regularly monitor system performance. Statement of Work (CLINs 0007 0009 and the subsequent option year CLINs) REQUIREMENT: This is a Brand Name or Equal requirement for the James H. Quillen VA Medical Center that requires a Cost Per Reportable Result (CPRR) BacT/ALERT 3D 480 system and applicable reagents. This requirement is for a period of one year: January 1, 2019 - December 31, 2019, with an additional (4) four (1) one-year options. PURPOSE: The purpose of this requirement is for the contractor to provide the James H. Quillen VAMC, Mountain Home, TN Clinical Microbiology Lab with a microbiological blood culture system BacT/Alert, which shall have the capability of performing and reporting blood cultures in accordance with the terms and conditions stated herein. The instrument shall be able to simultaneously perform the complete blood culture as described below and meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). The instrument must be approved by the Food and Drug Administration (FDA). The Contractor shall propose the suggested/recommended equipment/reagents that meet the requirements of the facility. PRICES AND TERMS: James H Quillen VAMC estimates the blood culture volume of 580/month (13,920/year) each of both aerobic and anaerobic blood culture bottles. The Government estimates the volumes listed, but does not guarantee volumes as listed; they are ESTIMATES ONLY. TERM OF AGREEMENT: The agreement shall be effective for one year beginning January 1, 2019 December 31, 2019, with an additional (4) four (1) one-year options available. ORDERING METHOD: The participating facility will order products via telephone, facsimile or other written communication, identifying the products by number, quantity, address for delivery, and any special instructions. Items will be ordered as needed during the period of performance. DELIVERY TICKETS: Unless otherwise agreed to, all deliveries under this agreement shall be accompanied by delivery tickets or sales slips that shall contain the following information as a minimum: a. Name of contractor b. Contract number c. Model number or National Stock Number (NSN) d. Purchase order number e. Date of purchase f. Quantity, unit price and extension of each item (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show information) g. Date of shipment INVOICES AND PAYMENTS: The Contractor shall invoice each delivery order as directed by the ordering activity. Payments will be made by the VA Finance Center, Austin, Texas. Invoices will be submitted electronically. INVENTORY AND SUPPLIES: a. Delivery of supplies: Shall be in accordance with National FSS Statement of Work. Any unexpected changes in methodology/technology shall be at the expense of the Contractor. b. Alert/Notification of delays in shipments as well as all technical advisory/recalls/alerts, prior to or simultaneously with field alerts shall be forwarded to the microbiology supervisor, lab chief, and the VISN 9 clinical systems program office manager. c. Special handling for emergency orders of supplies: In the event that the consumables are found to be defective and unsuitable for use with the contractor s equipment, or the contractor has failed to comply with the requirements for routing supply delivery, the contractor is required to deliver the consumable supplies within 24 hours of receipt of a verbal order for priority delivery from the government activity. If either circumstance has occurred, the contractor will deliver to the government site in the most expeditious manner possible without additional cost to the government GENERAL REQUIREMENTS: (1) The system shall provide self-contained, continuous, computerized, automated monitoring of blood culture bottles with immediate, active (e.g. audible and visual alarm) notification of microorganism growth based upon preprogrammed criteria and notification of termination of maximum programmed incubation period when no microorganism growth is detected. (2) Blood culture bottle configurations (optimal and low volume samples) and formulations capable of maximizing growth potential of various microorganisms (e.g. aerobic and anaerobic bacteria and yeast) shall be available. (3) The system shall have sufficient capacity and throughput to meet the volume and service demands as defined in the Prices and Terms. The system should allow a minimum capacity of 480 bottles. (4) The system will be capable of processing inoculated bottles that have been incubated off line for up to 12 hours. (5) Blood culture bottles are the only ones on the market that are FDA cleared for blood and sterile body fluids. Blood culture bottles that are FDA approved for delayed entry. Up to 24 hours! Blood level detection on every bottle, this is a CAP Standard MIC 22640 compliant requirement. Automated loading, scanning and unloading, saving valuable skilled tech hours. Rapid Diagnostics and Rapid Detection. (10) The vendor shall provide hardware/software upgrades necessary to maintaining the integrity of the system at no additional charge to the government. These must be provided as they become available and as they are being offered to commercial customers. (11) Ancillary Equipment and Supplies: The Contractor shall provide, install and maintain, as indicated, any and all ancillary support equipment, consumables/supplies, parts and accessories necessary to fully operate the blood culture analyzer(s) as defined in these specifications, e.g., cabinetry to support/house the analyzer (if necessary), universal interface equipment, Uninterruptible Power Supply (UPS) capable of supporting the full scope of equipment operation with a built-in line conditioner, for each proposed analyzer. The Contractor shall include all ancillary components that are customarily sold or provided with the model of equipment proposed, e.g. starter kits, tables/stands, etc. (12) Maintenance and Repair: The Contractor shall be able to provide emergency equipment repair and preventative maintenance and any incremental support equipment, offered according to the following terms: (a) A technical assistance or support center shall be available by telephone hot-line 24/7 days/week with a maximum call back response time of 1 hour with on-site service provided, not to exceed 24 hours following determination that site service is required. The technical assistance center shall be staffed with personnel who are fluent in English without the use of an interpreter. (b) Ability to provide equipment service on a 24-hour/day 7 days/week basis for hospital-based systems. (c) Every notification for a repair service call shall be treated as a separate and new service call. (d) During the term of the contract, should the repair record of any individual piece of laboratory equipment reflect a downtime of 10% or greater of the normal working days in one calendar month, a determination will be made by the designated representative of the Government to replace the malfunctioning equipment with new equipment. The responsibility for maintaining the equipment furnished in good condition in accordance with manufacturer s instructions, shall be solely that of the contractor. The Government agrees to maintain the equipment according to manufacturer s specifications. Each instrument provided by the contractor shall maintain an uptime of 90% in each month of the term of the agreement. (e) Scheduled preventative maintenance calls shall occur at a frequency to meet the minimum manufacturer s requirements to keep the equipment in optimal operating condition. The company will be responsible for tracking and scheduling all preventive maintenance. This must conform to instrument specifications and all regulatory requirements. Documentation of the maintenance will be provided to the laboratory at the time of completion. This maintenance must be provided within 2 weeks of the recommended schedule. (f) The system must require minimal daily and periodic maintenance. The reading chambers must be modular in nature allowing for the isolation of a given problem without having to shut the entire system down. (13) Training: The Contractor shall provide training at the time of installation to include training on the operation of the system, data manipulation, preventative maintenance and basic trouble shooting and repair for 2 key operators. Any training program that involves off-site travel shall include the cost of airfare, room and board for each participant. A training or competency checklist shall be provided by the Contractor. (14) Site Preparation: Site preparation specifications shall be furnished in writing by the Contractor as a part of the equipment proposal. These specifications shall be in such detail as to ensure that the equipment to be installed shall operate efficiently and conform to the manufacturer s claimed specifications. The Contractor shall be responsible for assessing the space available in the facility in order to ensure the right size equipment is provided; thereby not creating a safety hazard. (15) Implementation and Transition: The Contractor shall provide with its quotation a transitioning plan for the complete transition of all services under the awarded agreement including installation and training of personnel, transition of all testing materials, reagents and supplies, etc., performance of all correlations and validations. This transition shall be completed no later than 120 days after the award of the agreement. This timeline is based on a reasonable attempt of the Contractor to complete all of the necessary implementation requirements within the stated timeframe. (16) Comparison and Validation of Analyzer: The Contractor shall assist, to the satisfaction of the Government, at no cost to the Government, all comparison and validation studies to include any materials and reagents needed for such correlation. The Contractor shall perform all of the statistical analysis and report data in an organized, clearly comprehensible format. This process shall be completed within two weeks of installation of the analyzer and shall be consistent with current CLSI (formerly NCCLS) and related documents, CAP Standards and Federal Regulations. (17) The vendor shall provide a copy of operating procedures in Clinical and Laboratory Standards Institute (CLSI) digital format at time of installation using software compatible with VA (Microsoft Office WORD). (18) Each model of blood culture analyzer offered shall comply with all general requirements stated herein. Each Contractor shall submit as part of their offer, technical data or descriptive literature to ascertain that the equipment offered meets the requirements outlined below. a. The Contractor shall provide FDA approved, automated blood culture monitoring system/analyzer. Remanufactured or discontinued models are unacceptable for this agreement. b. The Contractor shall state the failure mean time (between failure and mean time to repair) for each piece of equipment offered. Emergency replacement of equipment shall be provided by the Contractor. TECHNICAL REQUIREMENTS: Bar-code System: The system shall support bar-code recognition of inoculated bottles for tracking of bottles at entry into the system and throughout incubation until such time as the incubation has finalized as positive or negative for growth. Data Management System: Shall be able to support varied programmed bottle incubation periods from any selected culture from 5 days to 21 days. Shall be capable of maintaining a computerized log for detection time of positive growth of any bottle with an audible and visual alert system when positive growth is detected. Shall be capable of maintaining all data for up to 30 minutes in the event of normal electrical power interruptions via battery backup. Shall have a built-in quality control program to regularly monitor performance of vital components. The capability to record, store and print the following information: blood culture bottle location length of incubation time to detection growth curve analysis of positive vials required quality control and instrument maintenance information patient demographic information and specimen results Blood Culture Bottles: Shall be easily distinguished (e.g. color coded) for utility or intended purpose. Shall be approved for culture of normally sterile body fluids other than blood. Shall be bar-coded with unique identifiers for loading and system monitoring. Shall be formulated as not to require venting prior to incubation of aerobic bottles. Safety: The system must have sufficient safety features to avoid unnecessary exposure to bio-hazardous and chemical materials. The exposure to and the volume of bio-hazardous and chemical material generated by the equipment must be minimal and require a minimum amount of handling. Progress and Compliance: The system must perform blood cultures as advertised, and meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). ADDITIONAL REQUIRMENTS FOR ALL ITEMS SITE VISIT: If a site visit is required to provide an accurate quote in response to this solicitation then the contractor shall email chaz.bowling@va.gov to request one before November 23, 2018 so that the necessary arrangements can be made. A future, tentative date, will be scheduled which all site visits will be conducted. BACKGROUND INVESTIGATION REQUIREMENT: All Contractor employees who require access to the Department of Veterans Affairs computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. The Contractor shall be responsible for obtaining the background investigation. If the investigation is not completed prior to the start date of the contract, the Contractor shall be responsible for the actions of those individuals they provide to perform work for VA. a. Position Sensitivity The position sensitivity/risk level has been designated as Non-sensitive/Low Risk. b. Background investigation The level of background investigation commensurate with the required level of access is Minimum. c. Contractor Responsibilities (1) The Contractor shall bear the expense of obtaining background investigation commensurate with the required level of access is Minimum. (2) The Contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak, and understand the English language without the use of an interpreter. (3) The Contractor shall submit or have their employees submit the following required forms (forms can be found at: http://www.opm.gov/forms/html/of.asp) to the VA Office of Security and Law Enforcement within 30 days of receipt: (a) Standard Form 85, Questionnaire for Non-Sensitive Positions (b) Fingerprints (can be performed at any VA medical center or local police station) (c) Optional Form 306, Declaration for Federal Employment (4) The Contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. (5) Failure to comply with Contractor personnel security requirements may result in default. SECURITY REQUIREMENTS: The Contractor shall meet all Government security standards listed below: a. The Contractor shall ensure adequate LAN/internet, data, information and system security in accordance with VA standard operating procedures and Federal standards, laws and regulations. The Contractor s firewall and web serve shall meet or exceed the Government minimum requirement for security. All Government data shall be protected behind an approved firewall. Any security violations or attempted violations shall be reported to the COTR and VA Information Security Officer (ISO) immediately upon detection. The Contractor shall adhere to applicable VA policies and procedures governing information security, especially those that pertain to certification and accreditation. Contractors requiring access to medical equipment instruments in the laboratory or medical center(s) shall apply for Virtual Private Network (VPN) remote access. b. Confidentiality and Nondisclosure: The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive 12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have physical access to a federally-controlled facility or access to a Federal information system. PATIENT SENSITIVE DATA: (a) The terms of the contract will address patient sensitive data subject to the Privacy Act as well as the Health Insurance Portability and Accountability Act (HIPPA) (1996), Public Law 104-191. The treatment and administrative patient records created by, or provided to, the Contractor under this agreement is covered by the VA system of records entitled Patient Medical Records-VA (24VA136). Medical records shall be secure, complete, legible, accurate, accessible, organized and maintained in a format that facilitates retrieval of information. Information from VA medical records requested by the patient or any other third party shall be referred to Health Information Services (HIMS) at CAVHS in accordance with Privacy Act of 1974, Title 38 of United States Code (U.S.C.) (U.S.C. 5701, 5705 and 7332), as well as other Federal law, embodied elsewhere in the U.S. Code that bear directly on the privacy of personal data. HIPAA also addresses pertinent issues related to security and confidentiality of individually identifiable information and records that include protected health information. It is the responsibility of the Contractor to assure that patient records are protected against any anticipated threats or hazards to their security or integrity which could result in substantial harm, embarrassment, inconvenience or unfairness to any individual on whom information is maintained. The VHA Handbook 1605.1 released December 31, 2002 is the reference for most of the issues relating to patient records. The Office of Information Security also works with the Privacy Officer at each facility to assure the data is maintained in a secure manner. (b) The computer hard drive will always remain the property of the James H Quillen VAMC. If for any reason the computer should malfunction and need to be replaced, a James H Quillen VAMC Biomed or IT tech will remove the hard drive. GRAY MARKET PREVENTION: (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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (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 a VA medical facility upon discovery of such items. (End of Statement of Works) PLACE OF PERFORMANCE Address: James H. Quillen VA Medical Center, Corner of Lamont & Veterans Way, Mountain Home, TN Postal Code: 37684 Country: UNITED STATES POINT OF CONTACT Name: Chaz Bowling, Contract Specialist Phone: 615-225-6459 Email: Chaz.Bowling@va.gov HOURS OF WORK: Work is to be performed primarily between the hours of 8:00AM 3:30PM, Eastern Standard Time, Monday through Friday. The Contractor shall coordinate any work required with the Contracting Officer Representative (COR). Any work to be conducted after normal business hours must be coordinated with Contracting Officer and COR at the facility with at least a weeks notice. Any work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). There are 10 Federal holidays set by law (USC Title 5 Section 6103) that VA follows: Under current definitions, four are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November QUOTE FORMAT AND EVALUATION CRITERIA: 1. Offerors shall provide only one quote. Quote should be emailed to Chaz.Bowling@va.gov NLT 12/07/2018 at 3:30pm CST. Non-compliance with this requirement will result in disqualification of the quote. 2. Award shall be made to the vender whose quotation offers the best value to the government, considering price, technical capability, and past performance. 3. All vendors must be registered and complete all entries in the System for Award Management (SAM) to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. CLAUSES/PROVISION Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Number Title Date 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT SEPT 2006 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS APR 2014 52.204-4 52.204-13 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER SYSTEM FOR AWARD MANAGEMENT MAINTENANCE MAY 2011 OCT 2018 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE JUL 2016 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT OCT 2015 52.212-1 INSTRUCTIONS TO OFFERORS OCT 2018 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS OCT 2018 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS OCT 2018 52.219-4 NOTICE OF PRICE EVALUATION FOR HUBZONE SMALL BUSINESS CONCERNS OCT 2014 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS OCT 2018 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION JUL 2013 52.222-3 52.222-19 CONVICT LABOR CHILD LABOR JUN 2003 JAN 2018 52.222-35 EQUAL OPPORTUNITY FOR VETERANS OCT 2015 52.222-36 52.222-37 EQUAL OPPORTUNITY FOR WORKS WITH DISABILITIES EMPLOYEMENT REPORTS ON VETERANS JULY 2014 FEB 2016 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT DEC 2010 52.222-50 52.223-18 COMBATING TRAFFICKING IN PERSONS ENCOURGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING MAR 2015 AUG 2011 52-232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.222-54 52.225-1 52.225-13 52.239-1 EMPLOYMENT ELIGIBILTY VERIFICATION BUY AMERICAN SUPPLIES RESTRICTIONS ON CERTAIN FOREIGN PURCHASES PRIVACY OR SECURITY SAFEGAURDS OCT 2015 MAY 2014 JUN 2008 AUG 1996 52.216-2 ECONOMIC PRICE ADJUSTMENT STANDARD SUPPLIES (JAN 1997) (a) The Contractor warrants that the unit price stated in the Schedule for Price Per Test Kits is not in excess of the Contractor s applicable established price in effect on the contract date for like quantities of the same item. The term unit price excludes any part of the price directly resulting from requirements for preservation, packaging, or packing beyond standard commercial practice. The term established price means a price that -- (1) Is an established catalog or market price for a commercial item sold in substantial quantities to the general public; and (2) Is the net price after applying any standard trade discounts offered by the Contractor. (b) The Contractor shall promptly notify the Contracting Officer of the amount and effective date of each decrease in any applicable established price. Each corresponding contract unit price shall be decreased by the same percentage that the established price is decreased. The decrease shall apply to those items delivered on and after the effective date of the decrease in the Contractor s established price, and this contract shall be modified accordingly. (c) If the Contractor s applicable established price is increased after the contract date, the corresponding contract unit price shall be increased, upon the Contractor s written request to the Contracting Officer, by the same percentage that the established price is increased, and the contract shall be modified accordingly, subject to the following limitations: (1) The aggregate of the increases in any contract unit price under this clause shall not exceed 5 percent of the original contract unit price. (2) The increased contract unit price shall be effective -- (i) On the effective date of the increase in the applicable established price if the Contracting Officer receives the Contractor s written request within 10 days thereafter; or (ii) If the written request is received later, on the date the Contracting Officer receives the request. (3) The increased contract unit price shall not apply to quantities scheduled under the contract for delivery before the effective date of the increased contract unit price, unless failure to deliver before that date results from causes beyond the control and without the fault or negligence of the Contractor, within the meaning of the Default clause. (4) No modification increasing a contract unit price shall be executed under this paragraph (c) until the Contracting Officer verifies the increase in the applicable established price. (5) Within 30 days after receipt of the Contractor s written request, the Contracting Officer may cancel, without liability to either party, any undelivered portion of the contract items affected by the requested increase. (d) During the time allowed for the cancellation provided for in subparagraph (c)(5) of this clause, and thereafter if there is no cancellation, the Contractor shall continue deliveries according to the contract delivery schedule, and the Government shall pay for such deliveries at the contract unit price, increased to the extent provided by paragraph (c) of this clause. (End of Clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days. (End of Clause) 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 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 66 months. (End of Clause) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018) The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per all CLINs. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required. (End of Clause) VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) (a) The Contractor shall conform to the standards established by: Federal and Drug Administration (FDA) (b)The Contractor shall submit proof of conformance to the standard. This proof may be a label or seal affixed to the equipment or supplies, warranting that the item(s) have been tested in accordance with the standards and meet the contract requirement. Proof may also be furnished by the organization listed above certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards. (c) Offerors may obtain the standards cited in this provision by submitting a request, including the solicitation number, title and number of the publication to (d) The offeror shall contact the Contracting Officer if response is not received within two weeks of the request. (End of clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.246-71 REJECTED GOODS (OCT 2018) (a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JULY 2016 52.211-6 BRAND NAME OR EQUAL AUG 1999 52.217-5 EVALUATION OF OPTIONS JUL 1990 52.212-1 INSTRUCTIONS TO OFFERORS OCT 2018 52.237-1 SITE VISIT APR 1984 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) (a) Definitions. As used in this provision Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. Federal contracts and grants with total value greater than $10,000,000 means (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked has in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management via https://www.sam.gov (see 52.204-7). (End of provision) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. (End of Provision) 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: Department of Veterans Affairs VISN 9 ASC (90C) 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 Mailing Address: Department of Veterans Affairs VISN 9 ASC (90C) 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018) (a) Any protest filed by an interested party shall (1) Include the name, address, fax number, email and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and Contracting Officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) (a) As an alternative to filing a protest with the Contracting Officer, an interested party may file a protest by mail or electronically with: Executive Director, Office of Acquisition and Logistics, Risk Management and Compliance Service (003A2C), Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420 or Email: EDProtests@va.gov. (b) The protest will not be considered if the interested party has a protest on the same or similar issue(s) pending with the Contracting Officer. (End of provision) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24919Q0036/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;James H. Quillen VA Medical Center;Corner of Lamont & Veterans Way;Mountain, Home, TN
- Zip Code: 37684
- Country: USA
- Zip Code: 37684
- Record
- SN05153905-F 20181118/181116230027 (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 |