Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2018 FBO #6238
MODIFICATION

65 -- Cepheid Reagents - GeneXpert

Notice Date
12/20/2018
 
Notice Type
Modification
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 17;7201 W. Interstate 40, Ste. 100;Amarillo, TX 79106
 
ZIP Code
79106
 
Solicitation Number
36C25719Q0072
 
Response Due
12/28/2018
 
Archive Date
1/13/2019
 
Point of Contact
Network Contracting Office 17
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to correct the anticipated period of performance dates and the response date. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C25719Q0072 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. (iv) This solicitation is issued as unrestricted, full and open competition, with the associated NAICS code of 325413, which has a small business size standard of 1,250. (v) See attached schedule for the contract line item number(s), quantities, and options requested in this solicitation. (vi) This requirement is for providing Cepheid reagents to the Central Texas Veterans Health Care System, Temple, TX. See attached schedule for the location and the supplies that are to be provided. (vii) The anticipated base Period of Performance for the supplies is approximately 7 January 2019 thru 6 January 2020. The resultant contract will be considered a standing-order contract, where the items will be ordered on an as-needed basis throughout each period of performance in the contract. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. See item xiii below for additional submission requirements. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. The offers received in this solicitation will be evaluated as Lowest-Priced Technically Acceptable (LPTA). Offerors past performance will be evaluated as acceptable or unacceptable. Offeror past performance will be conducted by review and evaluation of the offeror s past performance records found in government past performance systems. Offerors found with unsubstantiated unsatisfactory past performance records may be assessed as technically unacceptable. The offer of the lowest price, whose past performance was found to be technically acceptable, will be considered the best value for the government. (x) Offerors whom have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do NOT need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to the included clause state that clauses that are incorporated by reference have the same effect as if they were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached schedule regarding the additional FAR clauses cited within the clause that are applicable to this acquisition. (xiii) This acquisition includes additional submission requirements. Other additional submission requirements are: Offerors should complete the contractor information, page 1 of the SF1449; block 12, discount terms, if applicable; block 17a, contractor information; and blocks 30, Offeror/Contractor signature. Offerors are to provide pricing with their offer. Offerors may provide pricing for the line item(s) in Section B of the Price/Cost Schedule, or may provide pricing for those items in their own format. The requesting activity submitted a justification and approval request with their requirement. The justification states that they own and operate a Cepheid brand named GeneXpert analyzer used for the diagnosis of veteran patients. Reagents provided for this request must conform to the form, fit and functionality of the GeneXpert analyzer. Offers for any reagents that an offeror submits as an equal will not be accepted. This solicitation includes VAAR Clause 852.219-75, Subcontracting Commitments Monitoring and Compliance. Offerors must include a subcontracting plan with their offer or submit a statement describing that the requirement has no subcontracting possibilities. This solicitation includes FAR Provision 52.209-7, Information Regarding Responsibility Matters. Offerors whom have federal contracts and grants with a total value greater than $10,000,000.00 shall provide a completed copy of the provision with their offer. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 28 December, by 4:00 PM CST. Offers must submitted by email (see size limit note below) to Vance Farrell at vance.farrell@va.gov. (xvi) Questions regarding information in the solicitation must be submitted in writing to the Point of Contact (POC), Vance Farrell, by email at vance.farrell@va.gov. Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 5MB. Multiple emails can be sent to the POC for a proposal. If a proposal is sent in multiple parts, it is recommended that a confirmation request be included in the final email, for the POC to acknowledge that all (parts) of the proposal have been received. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-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/VASTHCS/VASTHCS/36C25719Q0072/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Central Texas Veterans Health Care System;Pathology & Laboratory Medicine Service;1901 Veterans Memorial Dr.;Temple, TX
Zip Code: 76504-7451
Country: USA
 
Record
SN05180162-F 20181222/181220230044 (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.