Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2014 FBO #4752
DOCUMENT

Q -- Lab Testing for Dialysis - Attachment

Notice Date
11/26/2014
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24815Q0337
 
Response Due
12/2/2014
 
Archive Date
12/17/2014
 
Point of Contact
Steven P Scharlow
 
E-Mail Address
8-6661
 
Small Business Set-Aside
N/A
 
Description
RFQ General Information Document Type: RFQ RFQ Number:VA248-15-Q-0337 Posted Date:11/26/2014 Response Date:12/02//2014 @ 5 PM EST Product Service Code:541380 Set Aside:Veteran Owned Small Business (VOSB) NAICS Code:541380 Contracting Office Address NCO 8 ATTN: Steven Scharlow 10000 Bay Pines Blvd, Bldg 2 RM 318 Bay Pines, FL 33744 Description This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. The solicitation will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract on a Firm-Fixed price basis. The contractor shall provide complete Lab Testing for Dialysis Equipment for the C.W. Bill Young VA Medical Center (CWBYVAMC), Bay Pines, FL. This acquisition is 100% set aside for Veteran Owned Small Businesses (VOSB). The IDIQ will be for a base period of one (1) year with four (4) option years. Offers will be considered from all responsive, responsible VOSB offerors as determined by the Contracting Officer in accordance with FAR 9.104. The offeror is responsible for downloading all amendments and other documents from the FBO website without further notices from the Department of Veterans Affairs, C.W. Bill Young VA Medical Center. Interested firms must be registered in the System For Award Management (SAM) at www.sam.gov. All questions must be submitted in writing to the Contracting Officer via e-mail to steven.scharlow@va.gov. Proposals shall be submitted by 12/2/2014 at 5:00 pm (EST) either by mail or hand carried to Building 2 at C.W. Bill Young VA Medical Center, 10000 Bay Pines Blvd. Bay Pines, FL 33744. Offeror's must bid on all Contract Line Item Numbers (CLIN). Evaluation for award purposes will be based on the sum. Failure to submit a price for each CLIN may cause the bid to be found non-responsive and rejected. Offeror shall provide a detailed description of the company's ability to provide Lab Testing for Dialysis Equipment as described in the Statement of Work. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective 01 July 2014. The North American Industry Classification System code (NAICS) is 541380, Testing Laboratories. The Standard Industrial Classification (SIC) is Q301. A firm fixed price, requirements type, IDIQ contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: C.W. Bill Young VA Medical Center, 10000 Bay Pines Blvd. Bay Pines, FL 33744. Also your proposal must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. DEADLINE: Offers are due on 12/2/2014 by 5:00 PM EST. Submit offers to the attention of, Steven Scharlow at C.W. Bill Young VA Medical Center, 10000 Bay Pines Blvd. Bay Pines, FL 33744, or preferably by email to: steven.scharlow@va.com. Questions can only be e-mailed. You are reminded that representatives from your company SHALL NOT contact any Bay Pines VA Health Care System personnel to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. PROPOSAL FORMAT AND EVALUATION CRITERIA 1.Offerors shall complete Attachment A Price Schedule. Not completing attachment A in its entirety will result in disqualification. a.Technical Requirements that the Contractor shall provide proof that they are a licensed Testing Laboratory. b.Offeror shall provide a detailed description of the company's ability to provide Lab Testing services as described in the Statement of Work and Price Schedule. The aforementioned requirements are GO/NO GO. 2.Offerors shall provide up to three references of past performance and experience, as a prime contractor, in Lab Testing services comparable to those described in the solicitation. Consideration will be given to timeliness of performance; cost control; effective management; customer satisfaction; quality awards; and the technical success of the project. The offeror's will provide the following information as a minimum: oContract Number oDollar Value oDates of performance oName of Contracting Agency/Hospital oPoint of Contact at that Agency/Hospital oPoint of Contact information (i.e. email address, telephone number, etc.) oA brief description of the work effort sufficient to demonstrate the relationship between the reference contract and the proposed effort. 3.Complete Attached New Vendor Form 4.The proposals will be evaluated on a lowest price technically acceptable, with past performance as part of the technical evaluation. 5.All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM/ 6.Proposals must be received on/or before the 12/2/2014 at 5:00 PM, to be considered for award. 7.Vendors shall provide a minimum proposal acceptance period of 30 days after RFQ closing for offers 8.Award The offeror's initial proposal should contain the offeror's best terms from a price standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the proposal instructions. Offerors may be contacted to resolve minor or clerical errors and the Contracting Officer reserves the right to award without further conversations. Place of Performance oC.W. Bill Young VA Medical Center, 10000 Bay Pines Blvd, Bay Pines, FL 33744 Period of Performance: The period of performance is expected to be December 8, 2014 through December 7, 2015. The government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL proposals shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition." Offerors must complete annual representations and certifications on-line at http://www.acquisition.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): The following RFQ provisions apply to this acquisition: 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Priced, Requirements Type, IDIQ contract resulting from this RFQ. (End of Provision) 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 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 10 days, prior to contract expiration. 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 10 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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 60 (months). (End of Clause) 52.233-2 Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Network Contracting Office 8 Steven Scharlow, 10000 Bay Pines Blvd. Bldg 2 RM 315 Bay Pines FL 33744. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) The following contract clauses apply to this acquisition: oFAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights oFAR 52.204-7, System for Award Management o52.204-13 System for Award Management Maintenance oFAR 52.212-1, Instruction to Offerors-Commercial Items oFAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" APR 2012 oFAR 52.212-4, "Contract Terms and Conditions-Commercial Items" SEPT 2013 oFAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" NOV 2013 -within 52.212-5 the following clauses apply; oFAR 52.203-3 Gratuities, oFAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards o52.219-28 Post Award Small Business Program Representation, oFAR 52.222-3, Convict Labor oFAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies oFAR 52.222-21, Prohibition of Segregated Facilities, oFAR 52.222-26, Equal Opportunity oFAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era oFAR 52.222-36, Affirmative Action for Workers with Disabilities oFAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans oFAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving oFAR 52.225-13 Restrictions on Certain Foreign Purchases oFAR 52.232-33 Payment By Electronic Funds Transfer-System for Award Management oFAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors oFAR 52.252-2, Clauses Incorporated by Reference oFAR 52.222-41 -- Service Contract Act of 1965 oFAR 52.225-13 -- Restrictions on Certain Foreign Purchases oFAR 52.232-39 Unenforceability of Unauthorized Obligations oFAR 52.247-34, F.O.B. Destination 852.203-70Commercial Advertising (JAN 2008) 852.203-71Display of Department of Veterans Affairs Hotline Poster (DEC 1992) 852.211-70Service Data Manuals (NOV 1984) 852.237-70Contractor Responsibilities (APR 1984) 852.246-71Inspection (JAN 2008) 852.273-72Electronic Submission of Payment requests 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of one year said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. 52.216-18 - Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from effective date of contract through 18 months. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-19 -- Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than _$0_ the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $200.00 (2) Any order for a combination of items in excess of $150,000.00 (3) A series of orders from the same ordering office within _30_ days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-21 -- Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified and effective for the period stated in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 18 months from the effective date of the contract. (End of Clause) 52.216-22 -- Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 18 months from the effective date of the contract. 52.216-27 -- Single or Multiple Awards (Oct 1995) The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation. (End of Provision) 52.246-4 -- Inspection of Services -- Fixed-Price (Aug. 1996) (a) Definition: "Services," as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. (e) If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may -- (1) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and (2) Reduce the contract price to reflect the reduced value of the services performed. (f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may -- (1) By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service; or (2) Terminate the contract for default. Points of Contact Contracting Officer Name: Matthew Lucas Organization: NCO 8 Phone No.: 727-399-3340 E-Mail Address: matthew.lucas2@va.gov Contractor Point of Contact: Contractor Legal Business Name: TO BE DETERMINED DUNS: CAGE CODE: Contractor POC: E-Mail Address: Phone Number: Fax Number: STATEMENT OF WORK A.GENERAL INFORMATION 1. Title of Project: Lab Testing of Dialysis Equipment 2. Scope of Work: The vendor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. The vendor will provide C.W. Bill Young VA Healthcare System (VAHCS) with a variety of testing on an as needed basis. Services must include providing all testing materials, appropriate shipping materials for test submission and an option for prepaid shipping labels to expedite the shipping process. 3. Background: The Bay Pines VAHCS requires testing that conforms to AAMI RD52/RD62 and AAMI 13959 & 11663 standards for the reverse osmosis machines in the dialysis department. 4. Performance Period: The vendor shall begin to provide the services requested under this SOW immediately following the award of the contract, unless otherwise directed by the Contracting Officer (CO). The Indefinite Delivery, Indefinite Quantity (IDIQ) will extend for one year from date of award; at which time, up to four (4) option year(s) may be utilized at the sole discretion of the Government. 5. Type of Contract: This is an IDIQ contract that will consist of a base year and four (4) option years. B. CONTRACT AWARD MEETING The vendor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting, or has advised the vendor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1. Immediately following the award of the contract the vendor shall provide C.W. Bill Young VAHCS with sufficient materials for one month of testing as determined between the head of the department and the vendor. 2. The vendor will be properly insured and licensed, and will be responsible for certification of their facilities through the required regulatory bodies. 3. In the event that the testing facility is unable to meet the requirements of this contract, the vendor will identify an alternate testing facility and will make all arrangements required to coordinate work through that facility until the vendor's site is operational again. 4. Vendor will be capable of supporting the following requirements: Colony Count Testing Specimen is to be cultured on culture media using the spread plate method Specimen volume is to be measured with a sterile pipette. Culture is to be incubated for 48 hours at 33 - 37 degrees centigrade for all AAMI Standard RD52 & RD 62 tests. Culture is to be incubated for 7 days at 20 degrees centigrade for AAMI 13959 and 11663 tests. Results must be reported as total viable colony count of colony forming units per ml of fluid (CFU/ml). Vendor must offer multiple reports during testing process and provide those results via phone, fax & email in order for Bay Pines VAHCS to identify any actionable results. Endotoxin (LAL) Sample tubes will be provided by the vendor Provided tubes must be sterile and pyrogen free Endotoxin tests must be FDA Approved using the Kenetic Limulus Amoubocyte Lysate (LAL) method Test results must be reported in endotoxin units per ml (EU/ml) Vendor must provide results via phone, fax & email in order for Bay Pines VAHCS to identify any actionable results. AAMI Panel AAMI Water Chemistry panel must be provided that meets ANSI/AAMI/IOS 13959:2009 standards. Panel will include, at a minimum, tests for the following based on AAMI 2209 PPM limits: Aluminum (AL) Magnesium (Mg) Antimony (Sb)Mercury (Hg) Arsenic (As)Nitrate (NO3) Barium (Ba)Potassium (K) Beryllium (Be)Selenium (Se) Cadmium (Cd)Silver (Ag) Calcium (Ca)Sodium (Na) Chromium (Cr)Sulfate (SO4) Copper (Cu)Thallium (Tl) Fluoride (F)Zinc (Zn) Lead (Pb)Specific Conductance D.SCHEDULE FOR DELIVERABLES 1. The vendor shall deliver equipment requested to the stated location within 24 hours of notification of need. This notification will come from Bay Pines VAHCS in the form of a phone call and email to contact information provided by the vendor. 2. In the event that the vendor is notified of an emergent need, and additional testing kits are required, those kits will be sent within 24 hours. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the vendor is required to explain why in writing to the CO. This notice to the CO shall cite the reasons for the delay, and how the delay will be avoided in the future. The CO will then review the facts and issue a response, in accordance with applicable regulations. E. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. F. REPORTING REQUIREMENTS The contractor will submit invoices on a monthly basis to the identified Contracting Officers Representative (COR) for review and submission to the Austin Finance Center for payment. G. GOVERNMENT RESPONSIBILITIES Government will provide the vendor with properly collected specimens as determined by the type of test required. ATTACHMENTS 1.Attachment A: "Price Schedule" 2.New Vendor Form
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815Q0337/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-Q-0337 Attachment A - PRICE SCHEDULE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1748222&FileName=VA248-15-Q-0337-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1748222&FileName=VA248-15-Q-0337-000.docx

 
File Name: VA248-15-Q-0337 NEW VENDOR FORM.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1748223&FileName=VA248-15-Q-0337-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1748223&FileName=VA248-15-Q-0337-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: C.W. Bill Young VAMC;1000 Bay Pines Blvd.;Bay Pines, FL
Zip Code: 33744
 
Record
SN03582443-W 20141128/141126233904-21ccaebd845309ff58094d6da036c495 (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  © 1994-2020, Loren Data Corp.