SOLICITATION NOTICE
65 -- Urea Breath Kits
- Notice Date
- 11/25/2024 3:18:06 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0144
- Response Due
- 12/5/2024 1:00:00 PM
- Archive Date
- 02/03/2025
- Point of Contact
- Carabon, Kal, Contract Specialist
- E-Mail Address
-
kahlfanie.carabon@va.gov
(kahlfanie.carabon@va.gov)
- Awardee
- null
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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) The solicitation number 36C26225Q0144 is issued as a Request for Quotation (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2025-01, November 12, 2024. (iv) This solicitation intends to award a contract through full and open competition to a business associated with NAICS North American Industrial Classification System Code 325413. (v) See Attachment A Salient Characteristics for a list of brand name salient characteristics and other requirements. See Attachment B Schedule of Pricing for a list of line item numbers, items, quantities and units of measure. (vi) The Department of Veterans Affairs (VA) seeks to make a procurement for Urea Breath Kits for the VA Loma Linda Healthcare System which will be on an on-going basis. See Attachment A for a listing of brand name salient characteristics and other requirements. Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The technical specifications for this requirement are listed for Brand Name or Equal per FAR 52.211-6. The information identified provided 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. (vii) Delivery Requirements: Place of Delivery: VA Loma Linda Healthcare System, 11201 Benton Street - Warehouse 1C05, Loma Linda, CA 92357 Period of Performance: The period of performance will start shortly after award for a one (1) Year Base Period with the Government having the option to exercise four (4) one-year option periods for a total of five (5) years. Additional Delivery Requirements Orders shall be made on an as needed basis throughout the period of performance not to exceed stated totals within the schedule without a supplemental agreement between the Contractor and Contracting Officer in accordance with 52.212-4(c). All pricing shall be inclusive of shipping within the schedule and FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this solicitation. Addendum: All offeror quotes for this solicitation must be received electronically through email no later than Thursday, December 5th, 2024, 1:00 PM Pacific Time. Ensure to reference solicitation number 36C26225Q0144 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email no later than Friday, November 29th, 2024, 1:00 PM Pacific Time. Offers shall be sent by email to Kahlfanie Carabon at Kahlfanie.carabon@va.gov. Offerors shall submit the following via email: Offerors shall fill out all unlocked fill-ins/tabs of Attachment B conforming to requirements stated by the salient characteristics and the instructions below. Tabs 1 5. Base + Option Years Offerors shall complete column L (Price) of the following tabs, 1. Base, 2. Option 1, 3. Option 2, 4. Option 3, 5. Option 4. If providing an equivalent product offeror shall complete columns F I of the following tabs, 1. Base, 2. Option 1, 3. Option 2, 4. Option 3, 5. Option 4., to show how their product meets the minimum technical requirements in Attachment A. Alternatively offerors may state where in the offeror s overall submission that information can be found. See 52.211-6 for additional information. Additional line items as appropriate may be added to tabs 1-5 as needed. If only CLIN 1 is completed, all expected costs (associated to the full performance as per the Statement of Work) shall be included. Offerors may include additional comments/notes in column N. Tab 6. Total Amount This tab is locked. It will automatically calculate the pricing based on information enter in Tabs 1-5. Offerors are not required to input any information in this tab. Offeror shall provide the following Company information to Attachment B tab 2 in column B: Company Name Address Telephone Number Email Point of Contact Firm s UEI# Company Tax ID Number (TIN) Company Dun and Bradstreet Offeror shall provide verification that their items are not Gray Market such as examples on page below, section Gray Market Items. The Department of Veterans Affairs requires all awardees to be vendorized before payments can be made under an awarded contract. All interested parties are encouraged to complete registration using the following link https://www.id.me/. This will all vendors access to VA's� Customer Engagement Portal (CEP)� at� https://www.cep.fsc.va.gov/ where they can complete VA Form 10091 (VA-FSC Vendor File Request Form). Support for the vendorization process can be accessed by calling VA Financial Services Center (FSC), Vendor Support at 877-353-9791 option 3 or emailing VAFSCCSHD@va.gov. Their business hours are 7:00AM 4:14PM CST. (ix) 52.212-2 - Evaluation -- Commercial Products and Commercial Services (Nov 2021) (a) 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: Lowest priced quotation that meets all salient characteristics that is both responsive and responsible. Acceptability of equipment/services shall be established by review of each submitted quotation by the designated evaluator(s) and verification that any equal-to items meet the salient characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling and convincing evidence that equal-to items meet all the salient characteristics (see Attachment A). Offers that include any items that are not determined as Brand Name or Equal shall result in an unacceptable offer. See 52.211-6 Brand Name or Equal for additional information. (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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified with a minimum of at least sixty days, 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) (x) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Products and Commercial Services, with this solicitation or ensure SAM.gov is updated with current information. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition (xiii) The following clauses also apply: 52.211-6 - Brand Name or Equal (Aug 1999) (a) 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. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) 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. (c) 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. (d) 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 Increase 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 anytime within the period of performance. 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) 52.217-7 OPTION FOR INCREASED QUANTITY SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor anytime within the period of performance. Delivery of added items shall continue at the same rate that like items are 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 90 days of contract expiration. (End of clause) 52.217-9 -� Option to Extend the Term of the Contract (MAR 2000) � � � � � � (a)� The Government may extend the term of this contract by written notice to the Contractor within 120 days of contract expiration; 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. � � � � � � (b)If the Government exercises this option, the extended contract shall be considered to include this option clause. � � � � � � (c)� The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 Months. (this includes the extension with the exercise of FAR 52.217-8 Option to Extend Services. 852.203-70 Commercial Advertising (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor's products or services or considers the Contractor's products or services superior to other products or services. (End of clause) 852.212-72� Gray Market and Counterfeit Items - Information Technology Maintenance Allowing Other-than-New Parts (FEB 2023) Gray Market and Counterfeit Items - Information Technology Maintenance Allowing Other-Than-New Parts (FEB 2023) (a) Used, refurbished, or remanufactured parts may be provided. No gray market supplies or equipment shall be provided. Gray market items are Original Equipment Manufacturer (OEM) goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001; (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances in this paragraph (e), the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.239-76 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY (FEB 2023) (a) All information and communication technology (ICT) (formerly referred to as electronic and information technology (EIT)) supplies, information, documentation and services support developed, acquired, maintained or delivered under this contract or order must comply with the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (see 36 CFR part 1194). Information about Section 508 is available at http://www.section508.va.gov/. (b) The Section 508 accessibility standards applicable to this contract or order are identified in the specification, statement of work, or performance work statement. If it is determined by the Government that ICT supplies and services provided by the Contractor do not conform to the described accessibility standards in the contract, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its own expense. (c) The Section 508 accessibility standards applicable to this contract are: http://www.section508.va.gov/. (d) In the event of a modification(s) to this contract or order, which adds new EIT supplies or services or revises the type of, or specifications for, supplies or services, the Contracting Officer may require that the Contractor submit a completed VA Section 508 Checklist and any other additional information necessary to assist the Government in determining that the ICT supplies or services conform to Section 508 accessibility standards. If it is determined by the Government that ICT supplies and services provided by the Contractor do not conform to the described accessibility standards in the contract, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its own expense. (e) If this is an Indefinite-Delivery type contract, a Blanket Purchase Agreement or a Basic Ordering Agreement, the task/delivery order requests that include ICT supplies or services will define the specifications and accessibility standards for the order. In those cases, the Contractor may be required to provide a completed VA Section 508 Checklist and any other additional information necessary to assist the Government in determining that the ICT supplies or services conform to Section 508 accessibility standards. If it is determined by the Government that ICT supplies and services provided by the Contractor do not conform to the described accessibility standards in the provided documentation, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its own expense. (End of Clause) 852.246-71� Rejected Goods (OCT 2018) (a)� Supplies and equipment.� Rejected goods will be held subject to Contractor's order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor's risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor. (b)� Perishable supplies.� The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products. (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 http://www.va.gov/oal/library/vaar/index.asp 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS NOV 2023 52.204-13 System for Award Management Maintenance OCT 2018 52.204-18 Commercial and Government Entity Code Maintenance Aug 2020 52.204-27 Prohibition on ByteDance Covered Applications June 2023 52.209-6 Protecting the government s interest when subcontracting with contractors debarred, suspended, or proposed for debarment Nov 2021 52.232-33 Payment by electronic funds transfer system for award management Oct 2018 52.232-40 Providing accelerated payments to small business subcontractors Mar 2023 52.233-1 Disputes May 2014 52.233-3 Protest after award Aug 1996 (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/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp 52.204-7 System for Award Management Oct 2018 52.204-16 Commercial and Government Entity Code Reporting Aug 2020 52.209-7 Information Regarding Responsibility Matters Oct 2018 52.217-5 Evaluation of Options JUL 1990 52.233-2 Service of Protest Sep 2006 852.233-70 Protest Content/Alternative Dispute Resolution Sep 2018 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference Jan 2008 (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fe20b2d5c537445e8807b532198e9a2c/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Loma Linda Healthcare System Warehouse 1C05 11201 Benton Street, Loma Linda 92357, USA
- Zip Code: 92357
- Country: USA
- Zip Code: 92357
- Record
- SN07274962-F 20241127/241125230111 (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 |