Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
MODIFICATION

Q -- OPTION - CLINICAL & PATHOLOGIC SERVICES ON SPECIAL LAB TEST REQUEST. VITEK 2 TEST PLATFORM

Notice Date
7/9/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
1201 NW 16 Street, Miami, FL 33125
 
ZIP Code
33125
 
Solicitation Number
VA248-13-Q-1498
 
Response Due
7/17/2013
 
Archive Date
1/13/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number VA248-13-Q-1498. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 505378_01. VA Federal Supply Schedule (VA FSS) Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing VA FSS contract. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective VA FSS contract AND upon approval from the soliciting Contracting Officer. Information regarding VA FSS contracts can be found at www.fss.va.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-07-17 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be MIAMI, FL 33125 The VHA NCO 08 - 546 - Miami, FL requires the following items, Exact Match Only, to the following: Base Period of Performance: 08/01/2013 - 07/31/2014 LI 001: Contract Period: Base VITEK 2 Test platform CLINs 0002 thru 0010 are the required reagents and consumables that support the above Cost Per Reportable Test., 12, MO; LI 002: Gram Negative (GN) Bacterial Identification Card, 240, BX; LI 003: Gram Positive (GP) Bacterial Identification Card, 220, BX; LI 004: Yeast (YST) Identification Card, 40, BX; LI 005: Neisseria, Haemophilus (NH) Identification Card, 16, BX; LI 006: Gram negative Antimicrobial Susceptibility Testing (AST) Cards, 240, BX; LI 007: Gram Positive Antimicrobial Susceptibility Testing (AST) Cards, 240, BX; LI 008: Saline, 0.45%, 1L BAG, 14/CA, 4, BX; LI 009: Saline, 1000 ML, 4, BX; LI 010: Polystyrene Tubes, 12 X 75 mm (2000 tubes / case), 4, CASE; Option 1 Period of Performance: 08/01/2014 - 07/31/2015 LI 001: Contract Period: Option Year 1 VITEK 2 Test platform CLINs 0002 thru 0010 are the required reagents and consumables that support the above Cost Per Reportable Test, 12, MO; LI 002: Gram Negative (GN) Bacterial Identification Card, 240, BX; LI 003: Gram Positive (GP) Bacterial Identification Card, 220, BX; LI 004: Yeast (YST) Identification Card, 40, BX; LI 005: Neisseria, Haemophilus (NH) Identification Card, 16, BX; LI 006: Gram negative Antimicrobial Susceptibility Testing (AST) Cards, 240, BX; LI 007: Gram Positive Antimicrobial Susceptibility Testing (AST) Cards, 240, BX; LI 008: Saline, 0.45%, 1L BAG, 14/CA, 4, BX; LI 009: Saline, 1000 ML, 4, BX; LI 010: Polystyrene Tubes, 12 X 75 mm (2000 tubes / case), 4, CASE; Option 2 Period of Performance: 08/01/2015 - 07/31/2016 LI 001: Contract Period: Option Year 2 VITEK 2 Test platform CLINs 0002 thru 0010 are the required reagents and consumables that support the above Cost Per Reportable Test., 12, MO; LI 002: Gram Negative (GN) Bacterial Identification Card, 240, BX; LI 003: Gram Positive (GP) Bacterial Identification Card, 220, BX; LI 004: Yeast (YST) Identification Card, 40, BX; LI 005: Neisseria, Haemophilus (NH) Identification Card, 16, BX; LI 006: Gram negative Antimicrobial Susceptibility Testing (AST) Cards, 240, BX; LI 007: Gram Positive Antimicrobial Susceptibility Testing (AST) Cards, 240, BX; LI 008: Saline, 0.45%, 1L BAG, 14/CA, 4, BX; LI 009: Saline, 1000 ML, 4, BX; LI 010: Polystyrene Tubes, 12 X 75 mm (2000 tubes / case), 4, CASE; Option 3 Period of Performance: 08/01/2016 - 07/31/2017 LI 001: Contract Period: Option Year 2 VITEK 2 Test platform CLINs 0002 thru 0010 are the required reagents and consumables that support the above Cost Per Reportable Test., 12, MO; LI 002: Gram Negative (GN) Bacterial Identification Card, 240, BX; LI 003: Gram Positive (GP) Bacterial Identification Card, 220, BX; LI 004: Yeast (YST) Identification Card, 40, BX; LI 005: Neisseria, Haemophilus (NH) Identification Card, 16, BX; LI 006: Gram negative Antimicrobial Susceptibility Testing (AST) Cards, 240, BX; LI 007: Gram Positive Antimicrobial Susceptibility Testing (AST) Cards, 240, BX; LI 008: Saline, 0.45%, 1L BAG, 14/CA, 4, BX; LI 009: Saline, 1000 ML, 4, BX; LI 010: Polystyrene Tubes, 12 X 75 mm (2000 tubes / case), 4, CASE; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, VHA NCO 08 - 546 - Miami, FL intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. VHA NCO 08 - 546 - Miami, FL is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to any VHA buy terms entered in FedBid, the Seller (Bidder) has reviewed and acknowledges any attached solicitation documents, item details, delivery schedule, and/or instructions to Seller (collectively referred to as requirements), and agrees to all terms and conditions set forth in the solicitation documents. While additional support documentation (e.g. Seller Attachments) may be requested, pricing shall be entered as a 'bid' in the reverse auction - offline pricing is not an acceptable bid. At the conclusion of the reverse auction, if attached to the buy, the apparent winning bidder shall be required to complete the solicitation documents prior to award. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Bid MUST be good for 30 calendar days after close of Buy. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC/VAMCCO80220/VA248-13-Q-1498/listing.html)
 
Place of Performance
Address: MIAMI, FL 33125
Zip Code: 33125-1393
 
Record
SN03111462-W 20130711/130709235558-b50e2f36657d087aba628baea7256a19 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.