Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOLICITATION NOTICE

66 -- VISN 19 HEMATOLOGY Cost PerReportable Results (CPRR)

Notice Date
3/6/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25919Q0191
 
Response Due
3/20/2019
 
Archive Date
4/19/2019
 
Point of Contact
Contract Specialist: Dr. Cynthia Reese
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25919Q0191 Posted Date: March 06, 2019 Current Response Date: March 20, 2019 at 1:00PM MST Product or Service Code: 6630 - Instruments and Laboratory Equipment Set Aside: NONE NAICS Code: 325413 - Hematology In-Vitro Diagnostic Substances Contracting Office Address SAO West, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center Department of Veterans Affairs 6162 South Willow Drive, Suite 300 Greenwood Village, CO 80111 Places of Performance Grand Junction VAMC, Grand Junction, CO VA Montana Healthcare System, Ft. Harrison (Helena), MT VA Healthcare Center, Billings, MT VA SLC Health Care System, Salt Lake City, UT Cheyenne VAMC, Cheyenne, WY VA Clinic Loveland, Loveland, CO Sheridan VA Healthcare System, Sheridan WY Oklahoma City VA Health Care System, Oklahoma City, OK Lawton CBOC, Lawton, OK Eastern Oklahoma VA Health Care System, Muskogee, OK Ernest Childers Outpatient Clinic, Tulsa, OK Performance Period April 01, 2019 through March 31, 2024. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99 7/16/2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413 - Hematology In-Vitro Diagnostic Substances, with a small business size standard of 1,250 Employees. The Network Contracting Office 19 (NCO 19) is seeking to purchase Hematology Cost Per Reportable Results (CPRR) Analyzers. The purpose of this acquisition is to provide Rocky Mountain Regional Veterans Affairs Medical Center with the products/services listed in the Statement of Work. All interested companies shall provide quotation for the following: SCHEDULE LISTING Equipment and Service Proposed: The contractor shall complete the following table with the pricing of equipment and service plans proposed for each facility to meet the requirements for Blanket Purchase Agreement (BPA) Open Market: VISN 19 FACILITIES HEMATOLOGY CPRR TEST TOTALS Facility Estimated Quantities for CBC Tests Unit (EA) Estimated Quantities for Retics Tests Primary Analyzer(s) Yes (Y) or No (N) Backup Analyzer(s) Yes (Y) or No (N) Unit Price/Cost Total Price/Cost Cheyenne, WY VAMC 165,800 3,011 Yes Yes Loveland CBOC 50,571 1,014 Yes No Ft. Harrison, MT VAMC 187,870 820 Yes Yes Billings, MT CBOC 59,676 10 Yes No Grand Junction, CO VAMC 110,400 640 Yes Yes Salt Lake City, UT 40,7000 6,000 Yes Yes Sheridan, WY VAMC 75,500 550 Yes No Oklahoma City 540,000 3,200 Yes Yes Lawton CBOC: 58,500 0 Yes No Jack C: Montgomery 267,500 4,500 Yes Yes Childers CBOC: 120,500 625 Yes No VISN Facilities All Totals 2,535,417 20,360 N/A N/A STATEMENT OF WORK (See attachment: Hematology SOW) Invoicing: Payments shall be made in arrears upon receipt of a proper invoice. Evaluation of Quotes: The Government will select the quote(s) that represents the best benefit at a price that can be determined reasonable. The Government will evaluate the following: Technical Capability and price. 1. Technical Capability: Offerors shall provide product literature for the Hematology analyzer(s) showing it can fulfill the technical specifications in the statement of work. 2. Price: Unit price that can be determined reasonable. Following receipt of quotes, the Government will perform a comparative analysis evaluation of the products/services quoted. The Government will compare quotes to one another to select the product/service that best benefits by fulfilling the requirement. The evaluation of Government requirements outlined in this Request For Quote (RFQ) will determine suitability. Offerors are strongly encouraged to submit their best technical capability and prices. 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 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Deviation) (Feb 2015) FAR 52.209-5, Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under Any Federal Law (Mar 2012) (Deviation). FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) FAR 52.233-2, Service of Protest (Sep 2006) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Jul 2016) (Deviation) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Jan 2008) VAAR 852.233-71, Alternate Protest Procedure (Jan 1998) FAR 52.233-2 Service Of Protest (Sep 2006) 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: Hand-Carried Address: SAO West, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center Department of Veterans Affairs 6162 South Willow Drive, Suite 300 Greenwood Village, CO 80111 Mailing Address: SAO West, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center Department of Veterans Affairs 6162 South Willow Drive, Suite 300 Greenwood Village, CO 80111 (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) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.203-99 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (Deviation) (Feb 2015) FAR 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 30 days. (End of Clause) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (b)(1), (b)(2), (b)(4), (b)(6), (b)(7), (b)(8), (b)(9), (b)(25), (b)(27), (b)(28), (b)(29), (b)(30),(b)(31), (b)(32), (b)(33), (b)(34), (b)(35), (b)(42), (b)(48), (b)(54), (b)(57), (c)(1), (c)(2), (c)(4), (c)(8). FAR 52.222-54, Employment Eligibility Verification (Oct 2015) FAR 52.224-1, Privacy Act Notification (Apr 1984) FAR 52.224-2, Privacy Act (Apr 1984) FAR 52.228-5, Insurance Work on a Government Installation (Jan 1997) FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) FAR 52.237-3, Continuity of Services (Jan 1991) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.215-71, Evaluation Factor Commitments (Dec 2009) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) (Deviation) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-7, Indemnification and Medical Liability Insurance (Jan 2008) VAAR 852.237-70, Contactor Responsibilities (Apr 1984) VAAR 852.271-70, Nondiscrimination in Services Provided to Beneficiaries (Jan 2008) This is an open-market combined synopsis/solicitation for services as defined herein.    The Government contemplates multiple award Blanket Purchase Agreements (BPAs) resulting from this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:" Offerors shall list exception(s) and rationale for the exception(s). INSTRUCTION TO OFFERORS (1) Submission shall be received not later than MARCH 20, 2018 at 1:00 PM Mountain Standard Time (MST) to Cynthia.reese@va.gov. All submission shall be 5MB or less. If the email is going to be more than 5MB, then please submit in multiple emails labeling 1 of XX, 2 of XX, etc. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (2) Questions shall be submitted in writing via email no later than March 13, 2019 by 1:00 PM MST to Cynthia Reese, Cynthia.reese@va.gov. All offerors shall be submitted quote electronically in two (2) separate parts. Part 1: Offeror s Technical information as required Evaluation of Quotes and a signed statement as self-certification the offer meets technical requirement in the SOW. Part 2: Completed Price/Cost Schedule attached for each location. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0191/listing.html)
 
Record
SN05241962-F 20190308/190306230048 (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.