SOLICITATION NOTICE
65 -- Coccidioides Antibody Testing Reagents
- Notice Date
- 10/28/2020 3:10:21 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26221Q0054
- Response Due
- 11/6/2020 1:00:00 PM
- Archive Date
- 01/05/2021
- Point of Contact
- Domen, Clift, Contract Specialist, Phone: 562-766-2241
- E-Mail Address
-
clift.domen@va.gov
(clift.domen@va.gov)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2020-09, dated October 26, 2020. Solicitation # 36C26221Q0054 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. This procurement will be issued under as Full and Open Competition in the Open Market. Competition not set-aside. NAICS Code is 325413 and the Small Business Administration s (SBA) size standard 1250 Employees. The Government is seeking a contract to acquire Coccidioides antibody testing reagents. This solicitation is seeking the following systems and components as brand name or equal to products: STATEMENT OF WORK Coccidioides antibody testing reagents SCOPE SAVAHCS P&LMS requires to automate Coccidioides Antibody Enzyme Immunoassay testing. With taking on 600 plus specimens a month from VISN 22, automated testing is a must. This instrument allows and interface to work bi-directionally with obtaining patient information and auto-verification of negative tests. This DSX system requires system specific consumables. GENERAL REQUIREMENTS Consumables must be compatible with Dynex Technologies DSX system. Supplies and reagents must physically fit and be compatible with the VA owned Dynex DSX EIA system without alteration. Must be FDA Approved for IVD use. Reagents must qualitatively detect serum antibodies directed against TP and CF antigens from Coccidioides species as an aid in the diagnosis of coccidioidomycosis EQUIPMENT FUNCTIONALITY Consumables must be supplied in packaging that will fit on the analyzer. There are pins on the bottom of the instrument in which pipette tip racks must fit onto. There are reagent holders in which vials must fit into. Dilution strips must fit into a specific carrier on the instrument. There are two distinctly different pipette tip types in which the racks they come in fit the pins and layout of the instrument. Brand Name or Equal to IMMY CAB102 Line Item Description QTY UNIT 1 Coccidioides antibody testing reagents (96 well plates) 90 KIT The information identified above is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the brand name or equal to supplies being requested. Place of Performance: Southern Arizona VA Health Care System, 3601 S 6th Ave, Tucson, AZ 85723 Period of Performance: Estimated 12/6/2020 to 12/05/2021 Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the lowest price on an Acceptable/Unacceptable evaluation process. Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. Submit all question(s) to Clift Domen at clift.domen@va.gov no later than Monday, November 2nd, 2020, 1:00 PM Pacific Daylight Time (PDT). Ensure to reference solicitation # 36C26221Q0054 within subject line of the email. Quotes must be received by Friday, November 6th, 2020 by 1:00 PM PDT. Email your quote to Clift Domen at clift.domen@va.gov. Ensure to reference solicitation # 36C26221Q0054 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. CONTRACT CLAUSES AND PROVISIONS 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) The Government will award a contract 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 acceptability shall be established by review of each submitted quote, attachments, and/or information by the designated technical evaluator/s and verification that any brand name or equal to items"" meet all the salient characteristics included in this solicitation. No other rating or quantitative value other than acceptable or unacceptable will be assigned. Once technical acceptability has been established, the Contracting Officer shall award to the lowest price. 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). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.211-6 - Brand Name or Equal (Aug 1999) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by Brand name, if any; and Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of clause) 52.217-6 - Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 10 Days not to exceed a 50% of any line items. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (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 60 days of contract expiration. (End of clause) 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 https://www.acquisition.gov/vaar FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 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-Commercial Items (OCT 2020) FAR 52.232-18, Availability of Funds (APR 1984) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.233-1, Disputes (MAY 2014) FAR 52.233-3, Protest after award (AUG 1996) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.232-72, Electronic Submission of Payments (NOV 2018) (End of Clause) 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): http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.217-5, Evaluation of Options (Jul 1990) FAR 52.233-2, Service of Protest (Sep 2006) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Oct 2018) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/78ec5e2a898d497586077292126779dd/view)
- Place of Performance
- Address: Department of Veterans Affairs Southern Arizona VA Health Care System 3601 S. 6th Ave., Tucson, AZ 85723, USA
- Zip Code: 85723
- Country: USA
- Zip Code: 85723
- Record
- SN05840270-F 20201030/201028230151 (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 |