SOLICITATION NOTICE
66 -- CHEMISTRY IC CPRR BPA NCO 12
- Notice Date
- 5/7/2020 8:44:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25220Q0122
- Response Due
- 6/22/2020 12:00:00 AM
- Archive Date
- 07/22/2020
- Point of Contact
- Mr. David Picchi 115 S. 84th Street Milwaukee WI 53214-1476 david.picchi@va.gov
- E-Mail Address
-
David.Picchi@va.gov
(David.Picchi@va.gov)
- Awardee
- null
- Description
- General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25220Q0122 Posted Date: 07 MAY- 2020 Current Response Date: 22 JUNE 2020 at 1:00PM local time Product or Service Code: 6630 - Instruments and Laboratory Equipment Set Aside: NONE NAICS Code: 325413 Contracting Office Address RPO Central, Network Contracting Office 12 (NCO 12) Great Lakes Acquisition Center Department of Veterans Affairs 115 S. 84th Street Milwaukee WI, 53214 Places of Performance Edward Hines, Jr. VA Hospital (Hines) Jesse Brown VA Medical Center (Jesse Brown) VA Illiana Health Care System (Danville) Oscar G. Johnson VA Medical Center (Iron Mountain) William S. Middleton Memorial Veterans Hospital (Madison) Tomah VA Medical Center (Tomah) Clement J. Zablocki VA Medical Center (Milwaukee) Captain James A. Lovell Federal Health Care Center (FHCC) Captain James A. Lovell Federal Health Care Center Red Rover (Red Rover) Adam Benjamin, Jr. VA Outpatient Clinic (Crown Point) Rockford VA Clinic (Rockford) Milo C. Huempfner Clinic (Green Bay) Appleton VA Community Outpatient Clinic (Appleton) Bob Michel VA Outpatient Clinic (Peoria) All deliveries are FOB destination Performance Period February 1st 2021 through January 31st 2026 All delivery of items will be FOB destination Description This is a combined synopsis/solicitation for commercial items IAW FAR Part 8 and prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested per FAR 12.603 (c)(2)(ii), and a written solicitation document will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-05 Effective 03/30/2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413 - with a small business size standard of 1,250 Employees. The Network Contracting Office 12 (NCO 12) is seeking to establish a Blanket Purchase Agreement (BPA) for Chemistry Cost Per Reportable Results (CPRR) analyzers, reagents and various support instruments and machinery. The purpose of this acquisition is to provide the Great Lakes Regional Veterans Affairs Medical Centers with the products/services listed in the attached Statement of Work. This action is not set-aside. See the attached Statement of Work (SOW) titled: SOW VISN 12 Chemistry CPRR for the specifications and the governments required efforts. See the SOW (attached) for a list of quantities, units of measures, description of the items required, and options required with the quote. All interested companies shall provide a pricing quotation on the attached excel pricing document (See attachment). This is a combined synopsis/solicitation for products as defined herein. The Government contemplates a single award BPA against Federal Supply Schedules pursuant to FAR 8.405-3 resulting from this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the combined synopsis solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the combined synopsis solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Offerors shall list exception(s) and rationale for the exception(s). All quotes will be submitted electronically to: David Picchi, Contracting Officer David.Picchi@va.gov No other submission format is allowed. The Provisions of FAR 52.212-1, Instructions to Offerors-Commercial, apply to this acquisition and as follows for quote submission REQUEST FOR QUOTE SUBMISSION: TECHNICAL SUBMISSION: It is the clear intent of the Government to award this procurement to a single contractor for the instrumentation, reagents, and consumable supplies. Offeror will submit a list of proposed equipment and supplies with their offer. Offer will include equipment configuration based on the operational activities of the statement of work and the required efficiencies as well as the productivity of the laboratories size and scope. Offeror will submit commercial literature and/or other information detailing how the offer meets or exceeds the specifications within the statement of work (SOW) Section 2.4 and all subparts. The contractor will sign a self-certification statement that their offer meets all the minimum specifications of the entire statement of work. FAILURE TO SUBMIT ANY OF THE REQUIRED INFORMATION, STATEMENTS, OR CERTIFICATIONS MAY RESULT IN REJECTION OF THE QUOTE WITHOUT FURTHER CONSIDERATION FOR AWARD In addition to submitting the above offerors shall submit the following: 1. Offeror shall provide a description of all ancillary support equipment that is needed to operate the instrumentation as defined in this solicitation. 2. Offeror shall provide a summary of operator-performed and Contractor-performed maintenance procedures including an estimate of time spent in the performance for each category of maintenance. (a) Operator-performed - Offerors must summarize their maintenance procedures and provide an estimate of time spent in performance for each category, e.g. daily, weekly, monthly, semi-annually, etc. The estimate of time spent on daily maintenance shall take into consideration starting the equipment from a cold start-up. (b) Contractor-performed - Offerors must describe the frequency of preventive maintenance and provide an estimate of the time required to perform the maintenance. 3. Offeror shall report the mean failure rate of the equipment offered. See SOW section (2.4 subparts) for descriptions. 4. Offerors shall provide commercial literature and other information describing their compliance with the technical specifications and a menu . Offerors submission will show number of test channels, proprietary versus third party reagents, method assay performance, calibration frequency, intervals and specimen handling. If the commercial literature does not directly address specific specifications identified in this solicitation, the Offeror is required to indicate compliance with those specifications in written format. Finally, offerors will provide documentation for any inventory management capabilities and quality control capabilities for each device. 5. Offeror shall provide documentation and/or certification that the instrumentation and/or reagents offered will perform testing with a precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical Laboratory Standards Institute (CLSI). 6. Offeror shall provide a floorplan or architectural drawings demonstrating that the full complement of equipment being offered by the manufacturer will comply with the space availability at each VISN 12 laboratory facility listed previously for this requirement. Demonstrate your concept of use for the available space showing the proposed instrumentation and equipment to be furnished with your offer. Offeror will complete any visit they deem necessary, no visit is mandatory, in order to determine specific site prep requirements in advance of quote submission including but not limited to: a. Space availability b. Power availability, including special receptacle requirements c. Other utility availability water, drains, etc., as required d. Increase heat load affecting air conditioning e. Specialized ventilation, if required f. Special finishes required g. Carts for non-floor standing instrumentation 7. Offeror shall provide a fully completed Price Schedule listing (See PRICE listed below) for CPRRs as listed in tab C of Attachment A Chem IC CPRR Attachment A-E . Offeror will complete tabs C/D/E. In addition to the pricing schedule, a description of all costs or work to be borne by the government to complete the installation, commissioning, testing, certification and maintenance of all instruments and equipment over the life of the subject BPA. PRICE: 1 Offerors will submit pricing for their proposed quote using the attached excel document for the base year and all option years (Tab D). Any and all discounts will be included in the pricing and no other pricing documents will be accepted for evaluation of price information outside of the published FSS pricing document of the offerors schedule. All offerors shall submit quotes electronically in two separate parts. Part 1: Offeror s Technical information as required in the instructions of this combined synopsis solicitation and a signed statement as self-certification the offer meets the technical requirements in the SOW. Part 2: Completed Price/Cost Schedule per the instructions above. The Provisions of FAR 52.212-2 Evaluation-Commercial items apply to this acquisition with the below evaluation criteria: EVALUATION: SOLICITATION COMPLIANCE REVIEW. CONTRACTORS FAILING TO SUBMIT ALL OF THE TECHNICAL INFORMATION REQUIRED BY THIS COMBINED SYNOPSIS / SOLICITATION MAY NOT RECEIVE ADDITIONAL CONSIDERATION AND PRICE MAY NOT BE REVIEWED. The Government will award a BPA resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical and Price. 1. Technical Evaluation. Quotes will be evaluated using the following criteria: (a) Equipment footprint/physical characteristics (Technical). Consideration will be given to the number and types of instrumentation and its ability to conform to VISN 12 existing space, equipment configuration, scalability and integration. (b) Breadth of menu (Technical). Consideration will be given to breadth of menu (by specimen type), number of test channels, proprietary versus third party reagents, method assay performance, calibration frequency, intervals and specimen handling. (c) Performance reliability and ease/efficiency of operation (Technical). Consideration will be given to the assay turnaround time, maintenance requirements including hands-on and maintenance down-time, equipment mean failure rate, availability of on-board quality control throughput, degree of automation, data management and inventory management. (d) Additional Costs to Government. Price means the proposed price or cost as identified in the price schedule of the solicitation. Additional costs to Government mean costs incurred that are necessitated to ensure the successful operation of the equipment and that will be borne by the Government. Greater consideration will be given to offerors whose quote offers very limited or no additional costs borne by the government for installation, maintenance, and operations of the equipment. 2. Price Evaluation: Contractor s price quote will be evaluated to ensure the price is fair and reasonable. (a) The Technical Factors are more important than price. As technical ratings of all offers become more equal, the importance of price may become more significant. The government plans to evaluate quotations and make award based on initial submissions from contractors. Offerors therefore are strongly encouraged to submit their best quote. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FULL TEXT PROVISIONS AND CLAUSES All provisions and clauses associated with the above referenced Federal Supply Schedule 66 III contracts and all associated amendments are in full effect and apply to this action. Acquisition specific provisions and clauses are listed below: FAR 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: Network Contracting Office 12 (NCO 12) Great Lakes Acquisition Center Department of Veterans Affairs 115 S. 84th Street, Suite 101 Milwaukee WI, 53120 Mailing Address: Network Contracting Office 12 (NCO 12) Great Lakes Acquisition Center Department of Veterans Affairs 115 S. 84th Street, Suite 101 Milwaukee WI, 53120 (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) 52.217-9 Option to Extend the Term of the Contract (Mar 2000). ����� (a) The Government may extend the term of this agreement by written notice to the Contractor within 10 days notice provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the agreement expires. The preliminary notice does not commit the Government to an extension. ����� (b) If the Government exercises this option, the extended agreement shall be considered to include this option clause. ����� (c) The total duration of this agreement, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) FAR 52.212-3, Offerors Representations and Certifications Commercial Items. (Mar 2020) Offerors must complete annual representations and certifications on-line in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. (End of Clause) FAR 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(es): www.acquisition.gov (End of clause) FAR 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): www.acquisition.gov (End of clause) The Following clauses and provisions included by reference: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.224-1 Privacy Act Notification (Apr 1984) FAR 52.224-2 Privacy Act (Apr 1984) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) (End of Document)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/801b2c20b7e44943b156cb2369e37d07/view)
- Place of Performance
- Address: See Schedule, USA
- Country: USA
- Country: USA
- Record
- SN05650716-F 20200509/200507230209 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |