Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2020 SAM #6874
SOLICITATION NOTICE

65 -- BIO-RAD VIROTROL QC MATERIALS & PRODUCTS

Notice Date
9/22/2020 1:01:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24920Q0433
 
Response Due
9/25/2020 7:00:00 AM
 
Archive Date
11/24/2020
 
Point of Contact
LaShanda Harrington, Contracting Officer, Phone: 615-225-6974
 
E-Mail Address
LaShanda.Harrington@va.gov
(LaShanda.Harrington@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1,000 Employees. The FSC/PSC is 6550. The Network Contracting Office (NCO) 9 is seeking to purchase Bio-Rad Virotrol QC Materials & Products. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 VIROTROL III 16 PG 0002 HB A1C Lin Lyph 6 x 0.5 mL 2 EA 0003 CARD MKRS PLUS 3 L 28 EA 0004 MULTIQUAL ASSAYED Lvl 1 36 EA 0005 MULTIQUAL ASSAYED LVL 3 36 EA 0006 SPECIALTY IA LIQ 1 32 EA 0007 SPECIALTY IA LIQ 2 32 EA 0008 URINE CHEMISTRY 1 8 EA 0009 URINE CHEMISTRY 2 8 EA 0010 IA PLUS LIQ 1 12 of each 16 EA 0011 IA PLUS LIQ 2 12X5 16 EA 0012 IA PLUS LIQ 3 12X5 16 EA 0013 IMMUNOLOGY 1 LIQ 6 36 EA 0014 IMMUNOLOGY 3 LIQ 6 36 EA 0015 VIROCLEAR 1X5ML 12 PG 0016 VIROTROL I 12 PG 0017 VIROTROL II 12 PG 0018 CARD MKR LT PLUS 1 6x3ml 28 EA 0019 DIABETES 1 LIQ 6 X 1ml 16 EA 0020 DIABETES 2 LIQ 6 X 1ml 16 EA 0021 ETHANOL/AMMONIA 1 16 EA 0022 ETHANOL/AMMONIA 3 16 EA 0023 OPIATE 1 LIQ 6X5ML 16 EA 0024 OPIATE 2 LIQ 6X5ML 16 EA 0025 U TOX S1O LOW OP L 16 EA 0026 U TOX S2O LOW OP L 16 EA 0027 SPINAL FLUID 1 LIQ 8 EA 0028 SPINAL FLUID 2 LIQ 8 EA 0029 SERUM IND LIQ HEMOLYSIS 6X4ML 12 EA 0030 SERUM IND LIQ LIPEMIA 6X4ML 12 EA 0031 SERUM IND LIQ ICTERUS 6X4ML 12 EA 0032 SERUM IND LIQ NON-INTERFERED 6X4ML 12 EA SCOPE OF WORK: This request for Bio-Rad Laboratories, Inc. quality controls material be awarded as a firm-fixed price contract for the period 1 year with 2 option years. Products will be ordered as needed. The lists all of Bio-Rad s quality control material available. The testing menus of the lab are fluid, and assays are added, removed or moved to a different platform based on availability and medical facility needs. It is imperative to have the flexibility to purchase additional QC materials in the event troubleshoot must occur, or reagent. Currently, quality control material is ordered on an as needed basis which requires continuous cross-over studies and inventory assessment. The laboratory requires the ability to purchase a single six-month lot of materials. Additional Information: Software & Hardware Components: None Other Components: Provide Shipping schedule Standard training, instruction, and consultation for the customer required for the use of the troubleshooting of Bio-Bad materials. CONFORMANCE STANDARDS: The contractor s performance must be in compliance with all applicable state, federal and local laws and regulations. HOURS OF WORK: The Warranty is in effect for the entire duration of the contract.The contractor provides 24 hour, 7 days a week Technical Support by calling Bio-Rad 1-800-854-6737. The Technical Support is available Monday through Friday, 8:30 a.m. to 5:30 p.m., EST. After business hours including weekends and holidays, an answering service is available with a 30-minute call back. EMERGENCY REPAIR SERVICE: 24-hour Technical Support is available Monday through Friday, 8:30 A.M. to 5:30 P.M., EST. The phone number is 1-800-854-6737. After business hours including weekends and holidays, an answering service is available with a 30-minute call back. PARTS/PRODUCT: The contractor shall furnish all parts/product as described in the Scope of Work section as covered by this contract, in accordance with the Conformance Standards Section (section II). The contract period of performance is base period + (2) one-year option to renew. Base: 10/1/2020 9/30/2021 Opt 1: 10/1/2021 9/30/2022 Opt 2: 10/1/2022 9/30/2023 FOB: Destination Place of Performance/Place of Delivery Address: Robley Rex (Louisville) VA Medical Center, 800 Zorn Avenue, Louisville, KY Postal Code: 40206 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items - See Attachment FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [Oct 2018] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [Aug 2020] The following subparagraphs of FAR 52.212-5 e.g., subparagraph (b)(1), etc. are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note). 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)). 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15 U.S.C. 657 f). 52.219-28, Post Award Small Business Program Rerepresentation (MAY 2020) (15 U.S.C. 632(a)(2)). 52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-5, Trade Agreements (OCT 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (31 U.S.C. 3332). Other FAR or VA provisions/procedures/clauses and any other additional contract requirements or terms and conditions. 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.216-18 Ordering (AUG 2020) 52.216-22, Indefinite Quantity (OCT 1995) 52.217-8, Option to Extend Services (NOV 1999) 52.217-9, Option to Extend the Term of the Contract (MAR 2000) 852.203-70, Commercial Advertising. 852.212-72, Gray Market and Counterfeit Items See Attachment 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. 52.232-18, Availability of Funds (APR 1984) 52.232-19, Availability of Funds for the Next Fiscal Year (APR 1984) 852.232-72, Electronic Submission of Payment Requests. 852.233-70, Protest Content/Alternative Dispute Resolution. 852.233-71, Alternate Protest Procedure. 852.246-71,Rejected Goods. 852.270-1, Representatives of Contracting Officers. All quoters shall submit the following: Price/Cost Schedule for base period + (2) option, copy of authorized dealer, distributor or reseller for Bio-Rad, copy of verified VIP status. All quotes shall be sent to the NCO 9, LaShanda.Harrington@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price.  For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line item numbers (CLINs) and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). The following are the decision factors: Price - The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions of the solicitation. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Instructions to Quoters See attachment 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 solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 9:00 a.m. CT, September 25, 2020 at LaShanda.Harrington@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: LaShanda Harrington, Contracting Officer, phone number: 615-225-6974, and e-mail address LaShanda.Harrington@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/79736f2cc1984866b3d6b852493b19f3/view)
 
Place of Performance
Address: Department of Veteran Affairs Robley Rex VA Medical Center Louisville VAMC 800 Zorn Avenue, Louisville, KY 40206, USA
Zip Code: 40206
Country: USA
 
Record
SN05807390-F 20200924/200922230213 (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 |
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.