SOLICITATION NOTICE
66 -- MRSA PCR Analyzer
- Notice Date
- 5/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- VA Palo Alto Health Care System;3801 Miranda Avenue;Menlo Park CA 94025
- ZIP Code
- 94025
- Solicitation Number
- VA-261-07-RP-0083
- Response Due
- 5/29/2007
- Archive Date
- 6/8/2007
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items 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. This solicitation, VA-261-07-RP-0068, is issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16 and VAAC 97-10. The North American Industry Classification System (NAICS) number is 334516 - Analytical Laboratory Instrument Manufacturing, which has a small business size standard of 500 employees. The minimum quantity is one unit and the maximum quantity is 30 units. The Western States Network Consortium intends to purchase Federal Drug Administration (FDA) approved Polymerase Chain Reaction (PCR) analyzer for testing Methicillin-Resistant Staphlococcus Aureus (MRSA). The analyzer shall be a real time analyzer with a Turn Around Time (TAT) of 2 hours. The analyzer should be a closed, self-contained, fully-integrated and automated platform. FOB will be destination. Installation shall be included at no additional cost to the government. It is anticipated multiple awards will be made. At the time of delivery, the equipment and all associated equipment shall be new, free from defects and in good working condition. Remanufactured equipment will not be considered. Delivery shall occur within 90 days after receipt of order. The Western States Network Consortium (WSNC) consists of Veterans Integrated Service Networks (VISN) 18-22 integrating 32 medical facilities. Each facility will determine their needs and will order accordingly. The following facilities constitute the WSNC: VISN 18 - VA New Mexico Health Care System, VA Amarillo Health Care System, VA West Texas Health Care System, Carl T. Hayden VA Medical Center, VA Northern Arizona Health Care System, VA Southern Arizona Health Care System, VA El Paso Health Care System; VISN 19 - VA Montana Health Care System, VA Cheyenne Medical Center, VA Eastern Colorado Health Care System, VA Grand Junction Medical Center, VA Salt Lake City Health Care System, VA Sheridan Medical Center; VISN 20 - VA Anchorage Health Care System and Regional Office, VA Boise Medical Center, VA Portland Medical Center, VA Roseburg Health Care System, VA Puget Sound Health Care System, VA Spokane Medical Center, Jonathan M. Wainwright Memorial VA Medical Center, VA Southern Oregon Rehabilitation Center and Clinics; VISN 21 - VA Pacific Island Health Care System, VA Central California Health Care System, VA Northern California Health Care System, VA Palo Alto Health Care System, VA Sierra Nevada Health Care System, VA San Francisco Medical Center; VISN 22- VA Southern Nevada Health Care System, VA Long Beach Health Care System, VA Loma Linda Health Care System, VA San Diego Health Care System, VA Greater Los Angeles Health Care System. Information on the facilities can be located at: http://www1.va.gov/directory/guide/division_flsh.asp?dnum=1 . Clauses 52.252-1 Solicitation Provisions Incorporated by Reference and 52.252-2 Clauses Incorporated by Reference are included in this synopsis/solicitation. Forms, clauses, and provisions stipulated herein may be downloaded via the Internet at the following address: http://www.acquisition.gov/far/index.html (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR). Interested parties are responsible for accessing and downloading documents and forms from that site. The following provisions and clauses are hereby incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-2, Evaluation - Commercial Items The Government will award a contract resulting form this solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technically acceptable and 2) Price. Technically acceptable is more important than price. The award(s) will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Technically acceptable will be evaluated based on the function and operation of the item. All equipment must be US Food and Drug Administration approved. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. If an extended warranty is available, explain the details of the extended warranty including price and availability after initial warranty expires. The offeror shall extend to the government the full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. As prescribed in FAR Part 42.15, the VA evaluates contractor past performance on all contracts that exceed $100,000 and shares those evaluations with other Federal Government agencies. The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. To fulfill this requirement, VA uses an online database, the Contractor Performance System (CPS, which is maintained by the National Institutes of Health (NIH). The CPS database is shared with the Past Performance Information Retrieval System (PPIRS) database, which is available to all federal agencies. You are required to register with the NIH CPS database at the following address: https://cpscontractor.nih.gov . 52.212-3, Offeror Representations and Certifications, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions, - Commercial Items 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items to include clauses (b)1, (b)3,(b)7, (b) 8, (b)10, (b)12, (b)14, (b)15, (b)16, (b)17, (b)18, (b)19, (b)20, (b)21, (b)22, (b)26, (b)27, and (b)33. The following additional clauses and provisions apply: 52.216-1, Type of Contract - For purposes of this clause, this will be a firm fixed price contract. 52.216-18, Ordering - For the purposes of this clause, orders may be issued from June 15, 2007 through June 14, 2008. 52.216-19, Order Limitations - For the purposes of this clause, the minimum order is one unit and the maximum order is thirty units. 52.216-22, Indefinite Quantity 52.216-27, Single or Multiple Awards 52.232-18, Availability of Funds 52.232-19, Availability of Funds for the Next Fiscal Year 52.232-38, Submission of Electronic Funds Transfer Information with Offer 52.233-2, Service of Protest 852.203-71, Display of VA Hotline Poster 852.211-70, Service Data Manual 852.211-71, Guarantee 852.211-75, Technical Industry Standards - For the purpose of this clause, the equipment must conform to Food and Drug Administration standards as to their approval process. 852.233-70, Protest Content 852.233-71, Alternate Protest Content 852.270-1, Representatives of Contracting Officers 852.270-4, Commercial Advertising Offers are to be received at the VA Palo Alto Health Care System, Attention: Pamela Mondrey - 90CCA, 3801 Miranda Avenue, Palo Alto, CA, 94304. No fax or email offers will be accepted. Offers can be hand delivered to Ms. Mondrey at the above address in Building 6, Room C-133. Ms. Mondrey can be contacted at 650-849-0591 or at pam.mondrey@va.gov for questions. The Government will consider all proposals received by 4:00pm PT on June 12, 2007.
- Record
- SN01299388-W 20070523/070521220601 (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 |