Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2025 SAM #8726
SOLICITATION NOTICE

J -- BD FACSLyric Cytometry Systems PM & Svc

Notice Date
10/15/2025 12:04:36 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26226Q0039
 
Response Due
10/27/2025 7:00:00 AM
 
Archive Date
12/26/2025
 
Point of Contact
Diaz, Marcos, Contract Specialist
 
E-Mail Address
Marcos.Diaz@va.gov
(Marcos.Diaz@va.gov)
 
Awardee
null
 
Description
36C26226Q0039 Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 Page 2 of 2 DESCRIPTION This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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, 36C26226Q0039, is issued as a Request for quote (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) contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06, 01 October 2025. This solicitation is not a set-aside to and will be awarded through Full and open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 811210, with a small business size standard of $34 million. The FSC/PSC is J065. The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22, Network Contracting Office (NCO) 22 is seeking to make a procurement for preventive maintenance & service (PM) agreement on laboratory equipment that meet the minimum requirements listed in the Statement of Work (SOW) herein for the for the VA San Diego Healthcare System. Period of performance will include one (1) base year plus four (4) one-year option periods. All interested companies shall provide quotations for the following: SUPPLIES / SERVICES Line Item Description Quantity Unit of Measure 1 BD FACSLyric EE#115516 SN: Z663518000011 1 EA 2 BD Universal Loader EE#: none SN: Z662879000197 1 EA 3 BD FACSLyric EE#116979 SN: Z663518000012 1 EA 4 BD Universal Loader EE#: none SN: Z662879000198 1 EA See the SOW herein. Place of Performance/Place of Delivery VA San Diego Healthcare System (VASDHS) Laboratory & Pathology Department 3350 La Jolla Village Dr. San Diego, CA 92161 INSTRUCTIONS AND CLAUSES 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 Products and Commercial Services (Sep 2023), applies to this solicitation. All offeror quotes for this solicitation must be received electronically through email (not to exceed 10 MB) to Marcos Diaz at Marcos.Diaz@va.gov no later than Monday, October 27, 2025, 7:00 AM Pacific Time (PT). Ensure to reference solicitation number 36C26226Q0039within 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 to Marcos Diaz at Marcos.Diaz@va.gov and Carlos Magana at Carlos.Magana@va.gov no later than Tuesday, October, 2025, 07:00 AM PT. Ensure to reference solicitation number 36C26226Q0039 within subject line of the email. FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (May 2024) Offeror must include a completed copy of the provision at 52.212-3, if they do not have a current record in SAM, with this solicitation. [Attention www.sam.gov registration is required to be complete at time of submission of response.] 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 Products and Commercial Services. 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 Products and Commercial Services (Nov 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (May 2024). 852.222-71, Compliance with Executive Order 13899. (DEVIATION) (APR 2025) 52.212-2 Evaluation -- Commercial Items (Oct 2014) (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 price for items/services meeting all the salient, physical, functional, or performance characteristic specified in this solicitation and within the SOW listed herein, otherwise it will be considered non-responsive. Acceptability of equipment/services shall be established by review of each submitted quote by the designated technical evaluator(s) and verification that all salient, physical, functional or performance characteristics included in this solicitation have been met. Submissions to this solicitation must show clear, compelling and convincing evidence that all the salient, physical, functional, or performance characteristics have been met (see the SOW). (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 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) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, with this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses also apply: 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 ten (10) business days. (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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 five (5) years. (End of clause) 852.212-72 - Gray Market and Counterfeit Items (Mar 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are 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/parts 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) (xv) In addition, the following clauses shall also apply: 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by electronic funds transfer system for award management (Jul 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest after award (Aug 1996) 52.252-2 Clauses incorporated by reference (Feb 1998) 852.203-70 Commercial advertising (Jan 2008) 852.232-72 Electronic submission of payment requests (Nov 2012) (xvi) The full text of a clause may be accessed electronically at the following: http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp (xvii) The following provisions shall also apply: 52.204-7 System for Award Management (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Oct 2016) 52.209-7 Information Regarding Responsibility Matters (Oct 2018) 52.217-5 Evaluation of Options (Jul 1990) 52.233-2 Service of Protest (Sept 2006) 852.233-70 Protest Content/Alternative Dispute Resolution (Oct 2018) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) If an award is made resulting from this solicitation, the 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 pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. This award will include four (4) one-year options. Options will be evaluated at time of award. See SOW for Period of Performance for option details. The following are the decision factors: The award will be made per 52.212-2 Evaluation, listed above. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. 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. STATEMENT OF WORK The contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items necessary to provide hardware preventive maintenance, corrective repair service and software support remotely and on-site for the equipment and systems listed below for the VA San Diego Healthcare System (VASDHS) and as defined in this Statement of Work (SOW). BACKGROUND: VA San Diego P&LMS is requesting a service contract for preventive maintenance, corrective repair service, and software support remotely and on-site for two FACSLyric units. FACSLyric is a flow cytometer for leukemia/lymphoma immunophenotyping. This test is in use and performed at VA San Diego. This IDIQ contract is essential in providing continued diagnostic services and meeting current performance standards for patient care purposes by ensuring appropriate maintenance of existing equipment. The maintenance services outlined below prevent unnecessary equipment downtime, ensuring peak performance of equipment and quality results for accurate diagnosis. If needed, visit the following site for a quick system overview: https://www.bing.com/videos/riverview/relatedvideo?q=FACSLyric&mid=5EEBBB4A6325F7E1FE6F5EEBBB4A6325F7E1FE6F&mcid=C8AC4CB567D743889526A45792AF8DF2&FORM=VIRE SERVICE/WORK TO BE PERFORMED: The contractor will perform on-site preventive maintenance (PM) inspection on equipment/systems as provided for in the contract agreement. PMs will be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations. Must use OEM certified parts and service. Engineer/technicians must be OEM trained and certified on all equipment included in the contract. Contractor shall provide software support and updates defined as bug and/or patch fixes, error correction, equipment enhancement or modification to already existing features for the purposes of maintaining current functionality of the equipment. All software and associated computer workstation support included, including repairs, updates, and upgrades to include hardware replacement to conform with laboratory accreditation and VA requirements and guidelines. New version software updates, upgrades, and patches released by manufacturer and associated installation service included to facilitate optimal performance of the equipment and software. Toll free support. Unlimited service calls with on-site response within next business day: (Monday to Friday 8:00 AM to 5:00 PM excluding holidays). All parts covered. Travel and labor included. Designated response time for all inquiries and service requests within 24 hours (next business day) unless otherwise agreed upon by COR or designee. EQUIPMENT: (Becton Dickinson) BD FACSLyric Flow Cytometry System and loader information MODEL: BD FACSLyric EE#115516 SN: Z663518000011 MODEL: BD Universal Loader EE#: none SN: Z662879000197 MODEL: BD FACSLyric EE#116979 SN: Z663518000012 MODEL: BD Universal Loader EE#: none SN: Z662879000198 Both cytometers listed above have: Red (640nm) Blue (488nm) and Violet (405nm) lasers. There are: 12 fluorescence channels and 14 parameters. Power: 200 W PERFORMANCE: Hours: Normal duty hours are 8:00 am through 4:30 pm, Monday through Friday not including federal holidays. Whenever contact with Biomedical Engineering is required outside of normal duty hours, the Utility System Repair Operator (USRO) may be contacted as an alternate. The hospital operator at extension ""0"" can contact the USRO operator via radio. Preventive maintenance will be scheduled with a contact person as assigned by the Contracting Officer s Representative (COR), Point of Contact (POC) or designee. This PM work must be completed in the month specified during the request unless another date is agreed upon by COR or designee. The Biomedical Engineering Manager can be contacted at (858) 642-3933. For any repairs or service that will be performed during the normal working hours. the Vendor shall check-in with the Police Service and with the COR before proceeding to the job site. All contractor personnel (without exception) must report to the Engineering Department, Bldg. 1 - room B213, to sign in before any work is performed and return to the same location to sign out and submit documented service report (as described in section DOCUMENTATION) for the service performed. Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Payment: Payment will be made in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site at VASDHS. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. All shipping for parts will be included in the cost of the contract. DOCUMENTATION: Service reports will be provided prior to departure from VASDHS for all service activities including preventive maintenance, emergency repair, and safety inspections, and must contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. REMOVAL OF EQUIPMENT: Whenever possible, all repairs and preventive maintenance will be performed at the VASDHS. When that is not possible, the COR, POC or designee may give approval for service work to be done at another location. All transportation charges will be borne by the contractor. VA property may not be removed from the VASDHS prior to execution, and approval of all documents as required by Logistics Service. Computer hard drives and other storage media items may not leave VA property. Requirements for service reports for designated equipment not at this location are the same as for work done on-site. Service reports for incoming equipment will be presented for signature at the time of delivery. If equipment is returned via commercial carrier, the service report may be included with the shipment. GOVERNMENT REPAIRS: Government employees will work on contract equipment only with authorization of the contractor or following the failure of the contractor to respond. The government is not obligated to perform any work on contract equipment. PRIOR INSPECTION OF EQUIPMENT: Potential contractors may, at their own expense, inspect equipment covered by this solicitation (ref 52.237-1 SITE VISIT). Arrangements must be made in advance with Biomedical Engineering (see section 4, above). GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days. Period of Performance: Period of Performance will be one (1) base year Plus four (4) 1-year Option periods. Base Year: 12/01/2025 - 11/30/2026 Option Year 1: 12/01/2026 - 11/30/2027 Option Year 2: 12/01/2027 - 11/30/2028 Option Year 3: 12/01/2028 - 11/30/2029 Option Year 4: 12/01/2029 - 11/30/2030 (End Statement of Work)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d46db37e51884c27980cb910da4720e0/view)
 
Place of Performance
Address: VA San Diego Healthcare System VA San Diego Healthcare System 3350 La Jolla Village Drive Pathology & Laboratory Department, San Diego 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN07618884-F 20251017/251015230034 (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.