SOLICITATION NOTICE
66 -- Hematology System Cost Per Reportable
- Notice Date
- 9/4/2024 11:34:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- HT940624R0039
- Response Due
- 9/20/2024 9:00:00 AM
- Archive Date
- 10/05/2024
- Point of Contact
- Jan Harding, Phone: 7262030154, Karl Molina, Phone: 726-203-0142
- E-Mail Address
-
jan.t.harding.civ@health.mil, karl.o.molina.civ@health.mil
(jan.t.harding.civ@health.mil, karl.o.molina.civ@health.mil)
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13.5, Simplified Procedures for Certain Commercial Products and Commercial Services. ����� The 633rd Medical Group, Langley AFB, VA requires two upright fully automated Hematology System that can perform all its necessary hematology testing assays. The Laboratory requires a solution for complete blood count (CBC) testing, body fluid testing, a slide maker/stainer, and a slide reader. The system must integrate with current LIS system, QC lockout, automated QC, calibrations and dilutions, no sample carryover, sample management, 24hr operational, positive patient identification and on-board storage for reagents. ����� �The selected contractor is responsible for all equipment and shall remain the property of the contractor. The contractor shall meet all the requirements of this Statement of Work (SOW). Contractors must name the make and model number of their analyzers in the quote. The contractor shall state in their quote, that they have the authority to operate (ATO). ����������� Combined Synopsis/Solicitation HT940624R0039 ����������� Cost Per Reportable (CPR) Automated Hematology Analyzer System ����������� Questions Due By: 12 September 2024, 12 PM eastern time ����������� RFP Response Due Date:� 20 September 2024 ����������� Set Aside: Unrestricted Full and Open ����������� Place of Performance: 633rd Medical Group, Langley AFB, VA ����������� POC:� Karl.o.molina.civ@health.mil and jan.t.harding.civ@health.mil This combined synopsis/solicitation is being issued as a Request for Proposal(RFP) with solicitation number HT940624R0039. This requirement includes a Base Year (6 October 2024 through 5 October 2025) and four 12-month option periods (6 October 2025 through 5 October 2029) The period of performance start date may be adjusted based on the authority to operate (ATO)/validation process timeline. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2024-05 effective 22 May 2024, Defense Federal Acquisition effective 29 July 2024. The North American Industry Classification System (NAICS) code for this solicitation is 334516 � Analytical Laboratory Instrument Manufacturing. The small Business Size Standard is 1,000 employees. Contractor shall provide all labor, parts, materials, tools, supplies, transportation, training, and equipment to install, remove and deliver the Automated Hematology Analyzer System as per the attached specifications. NOTE: Pricing shall be provided in a Cost Per Reportable (CPR) billing format. The provision at FAR 52.212-1, Instructions to Offeror � Commercial Products and Commercial Services (Sep 2023) and the addendum, applies to this acquisition. Addendum to FAR 52.212-1, the following paragraphs of this provision are tailored as follows: Instructions to Offeror Commercial Items. Request for Proposal(RFP) will be submitted in the following four separate sections: Section I- Administrative Information, Section II- Past Performance, Section III-Technical Capability, and Section IV- Price. Section I- Administrative Information: Offeror shall submit a document to include RFP Number; Company- Name; Address; UEI Number; Cage Code Number; Point of Contact; Telephone Number; Email Address; Tax ID number; Warranty Information; Delivery Date/Lead Time; Payment Terms. Offeror shall include a statement specifying the extent of agreement with the terms, conditions, and provisions included in the solicitation. Agreement to hold pricing for ninety (90) calendar days. Registration status in the System for Award Management (SAM). An affirmation statement that the representations and certificates are current, complete, and accurate as of the date quotes are due. Acknowledgement of solicitation amendments. Section II � Past Performance References: Offerors shall complete Attachment 2 � Past Performance References for contracts that you consider relevant in demonstrating your ability to perform the requirements in this solicitation. Offeror can submit up to three completed CPARS for similar scope of work completed within the past three years from the date of Request for Proposal (RFP). Section III-Technical: Offeror shall submit detailed documentation exemplifying technical capability on how their proposed items meet all requirements in the statement of work. Not clearly demonstrating the ability to meet all requirements will make your submittal unacceptable. Contractor must name the make and model number of their analyzers with all manufacture�s product specification in this section. The Contractor shall meet all requirements in the Statement of Work (SOW), as identified in the Evaluation Criteria Factor I, Technical Capability. The contractor shall state if they have the authority to operate (ATO). Provide self-certifying statement confirming the ability to meet all requirements. A 15-page single sided limit to the technical response. In the technical response, reference the section of the Statement of Work and how your company meets the requirement. Section IV- Price: Contractor shall provide pricing for base and option periods on Attachment 3 Cost Per Reportable Pricing Worksheet. , Period for Acceptance of Offers. The paragraph is tailored as follows: �The Offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers.� (m) The Government intends to award a firm-fixed-price (FFP) contract resulting from this RFP to the responsible offeror, whose quote conforms to the solicitation and is the most advantageous (best value) to the Government, price and other factors considered as defined in the Evaluation Factors for Award section below. The Government will review the proposal received to determine if they are responsive with the RFP requirements. A responsive quote is one that meets all the terms, conditions, and specifications in the RFP. The offeror must provide all documents listed and comply with all RFP instructions in order for their quote to be considered responsive with this RFP. Only responsive quotes will be evaluated for award. The provision at FAR 52.212-2 Evaluation � Commercial Products and Commercial Services. (Nov 2021) and the addendum, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical Capability Past Performance Price Technical Capability will be rated on an Acceptable/Unacceptable basis, and Past Performance will be more important than 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 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 offeror�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) Addendum to FAR 52.212-2, Evaluation�Commercial Products and Commercial Services The following is inserted as new paragraph (d) of the provision: Evaluation Factors for Award Contract award shall be made on a �non-price factors / Price Tradeoff� basis. This process allows for a tradeoff between non-price factors and price and allows the Government to accept other than the lowest priced quote or other than the highest rated quote to achieve a best-value contract award. This may result in an award to a higher rated, higher-priced quote if the Government determines that the past performance of the higher-priced quote outweighs the price difference. The selection process is subjective by nature and professional judgment is implicit throughout the tradeoff process. The offeror�s technical capability will be evaluated to determine if it is acceptable or unacceptable in accordance with the evaluation criteria stated in this RFP. If an offeror�s technical capability is determined to be unacceptable, the Offeror will no longer be considered for award. Award will be made to the Offeror providing a proposal that is deemed most advantageous to the Government, whose technical capability has been determined to be �Acceptable� and trading-off past performance against price. Past performance is more important than price. The Government intends to award based on initial quotes. Notwithstanding this intent, the Contracting Officer reserves the right to conduct exchanges if it is within the best interest of the Government, a matter within their discretion. FACTOR 1: TECHNICAL CAPABILITY: The Government will use the following ratings/descriptions in Table 1 when evaluating technical capability: Criteria Acceptable Unacceptable Must have a current Authorization to Operate (ATO) �1.0 Instrumentation: Contractor shall provide a hematology analyzer system that will meet all essential characteristic and requirements listed in sections 1.0 and 1.2 through 1.2.2.2.1 Operator training: Contractor shall provide initial and recurring training to technicians on instrument use, maintenance, and troubleshooting of section 1.5 Ratings Description Acceptable Quote clearly demonstrates the offeror technical capability to perform all the required requirements in the statement of work Unacceptable Quote does not clearly demonstrate the offeror technical capability to perform all the requirements in the statement of work � FACTOR 2: PAST PERFORMANCE: The Government will evaluate past performance by reviewing the offeror�s submitted past performance information and information from other sources that may include, information obtained by the Government using independent Government sources, to include: SAM.gov, Contractor Performance Assessment Reporting System (CPARS) The past performance evaluation will result in an integrated assessment of the offeror�s probability of successfully performing the RFP requirements. The past performance evaluation considers each offeror�s demonstrated recent and relevant record of performance in performing services the same as or similar to the services specified in the SOW. The Government will consider the recency and relevance of the information, the source of the information, context of the data, and general trends in the offeror�s performance. The past performance confidence assessment rating is based on the offeror�s overall record of recency, relevancy, and quality of performance. These are combined to establish one performance confidence assessment rating for each offeror. The Government will use the following ratings/descriptions in Table 2 when evaluating Past Performance. Table 2. Performance Confidence Assessment Ratings Adjectival Rating Description Substantial Confidence Based on the offeror�s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror�s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence No recent/relevant performance record is available, or the offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence Based on the offeror�s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror�s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. The Government will use the following relevancy definitions when determining relevant Past Performance: ��� Very Relevant: Present/Past performance effort involved essentially the same scope and magnitude of effort as this solicitation. ��� Relevant: Present/Past performance effort involved similar scope and magnitude of effort as this solicitation. Somewhat Relevant: Present/Past performance effort involved some of the scope and magnitude of effort as this solicitation. ��� Not Relevant: Present/Past Performance effort involved little or none of the scope of magnitude of effort as this solicitation. ������� The Government will use the following recency definitions when determining recency of Past Performance ����������� ����������� Recent: Contract Performance Assessment Reporting System (CPARS) reports� as long as they were ����������� completed no more than three years prior to the closing date of this solicitation.� The completion date of � the CPARS report will be the date the Assessing Official signs the report. ����������� Not recent:� The Assessing Official signed the CPARS report beyond the three-year mark of the closing �� of this solicitation. FACTOR 3: PRICE: The Government will evaluate the quoted price for price reasonableness. The following price analysis techniques may be used to ensure a fair and reasonable price: Comparison of quoted prices received in response to the solicitation. Comparison of quoted prices with the independent Government estimate. Comparison of quoted prices with available historical information. The quoted price will be evaluated for the entire effort, inclusive of all options. Evaluation of options shall not obligate the Government to exercise the option(s). Price must be determined fair and reasonable in order to be eligible for award. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Feb 2024), Alternate I (Oct 2022), with their offer, or the offeror shall complete paragraph (b) of �FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov. Vendors must be actively registered in the System for Award Management (SAM) to submit a proposal; the website is https://www.sam.gov. Contact SAM at US Calls: 866-606-8220, International Calls: 1-334- 206- 7828, however, a Unique Entity ID number must be known prior to registration. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services. (Nov 2023), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Feb 2024), applies to this acquisition; additional FAR clauses included are the following: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation. FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024) FAR 52.222-50, Combating Trafficking in Persons (Nov 2021) FAR 52.223- 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) �FAR 52.225-1, Buy American-Supplied (Oct 2022) FAR 52.232-33, Payment by Electronic Funds Transfer-system for Award Management (Oct. 2018) CLAUSES/PROVISIONS BY FULL TEXT 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) The Offeror shall not complete the representation in this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Definitions. As used in this provision� �Covered telecommunications equipment or services,� �critical technology,� and �substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or Cover telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services.� Representation. The Offeror represents that it ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. Disclosures. If the Offeror has represented in paragraph (d) of this provision that it �will� provide covered telecommunications equipment or services,� the Offeror shall provide the following information as part of the offer� A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of Provision) 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) Definitions. As used in this provision, ""covered telecommunications equipment or services"" and ""reasonable inquiry"" have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for ""covered telecommunications equipment or services"". (c)(1) Representation. The Offeror represents that it ? does, ? does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it ? does, ? does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. ����������������������������������� (End of clause) 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) The Government may extend the term of this contract by written notice to the Contractor within 7 days of expiration of contract; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 (months). (End of clause) DHA PGI 233.103-90 - Agency Level Protests An interested party filing a protest with Defense Health Agency (DHA) has the option of requesting review by either the Contracting Officer (CO) or an independent review Official (IRO), who is a DHA official at a level above the CO. Alternately, an interested party may request IRO review as an appeal of the CO�s protest decision. Where applicable, an interested party must clearly state in the protest that IRO review is requested and must specify the nature of the independent review sought � whether as an alternative to CO review or as an appeal of the CO�s decision. Regardless of which review is requested, all protests must be complete and submitted to the CO within the timeframes specified in FAR Subpart 33.1. CLAUSE/PROVISIONS by Reference PROVISIONS/CLAUSES INCORPORATED BY REFERENCE (IBR) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-19 Incorporation by Reference of Representation and Certification (Dec 2014) FAR 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, (Nov 2021) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.233-1 Contract Disputes (May 2024) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)) FAR 52.242-17, Government Delay of Work, Apr 1984 FAR 52.246-2 Inspection of Supplies -- Fixed-Price (Aug 1996) FAR 52.246-16 Responsibility for Supplies (Apr 1984) FAR 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) https://www.acquisition.gov �FAR 52.252-1 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov DFARS 252.201-7000 Contracting Officer�s Representative (Dec 1991) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022) DFARS 252.204-7006 Billing Instructions-Cost Vouchers (May 2023) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services� Representation (Dec 2019) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (May 2021) DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instruction (Jan 2023) DFARS 252.237-7023 Continuation of Essential Contractor Services (Oct 2010) DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023) All questions regarding this acquisition will be sent via email to the Contracting Officer Karl Molina email: karl.o.molina.civ@health.mil . Questions are due 12 September 2024 at 12:00 pm (eastern time). No questions will be accepted after this date and time. Contractors shall provide proposal electronically no later than 20 September2024 at 12:00 p.m. eastern time to jan.t.harding.civ@health.mil ATTACHMENTS: Attachment 1: Statement of Work (SOW) Attachment 2: Past Performance References Attachment 3: Cost Per Reportable Pricing Worksheet
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/493e8a6b1b264bd587137b07360fc944/view)
- Place of Performance
- Address: Langley AFB, VA 23665, USA
- Zip Code: 23665
- Country: USA
- Zip Code: 23665
- Record
- SN07198185-F 20240906/240904230120 (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 |