DOCUMENT
66 -- Becton Dickenson Cytometry Lab Supplies for FACS IICanto - Attachment
- Notice Date
- 2/14/2012
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24112R0332
- Response Due
- 2/27/2012
- Archive Date
- 3/13/2012
- Point of Contact
- Christopher Humphrey
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: VA241-12-R-0332 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is VA241-12-R-0332 and is issued as an RFP. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular (FAC) 2005-55, effective February 2, 2012. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a sole source requirement. VISN 1 Contracting Activity intends to negotiate a sole source Blanket Purchase Agreement (BPA) under the authority of FAR Part 6.302-1, only one responsible source to the vendor, Becton Dickinson, who is a large business, and they are located at 2350 Qume Dr., San Jose, CA 95131. However, all other responsible sources that feel they can provide this or a similar item may submit a capability statement, proposal, or quotation, which may be considered by the agency. The North American Industry Classification System (NAICS) code is 334516, and the size standard is 500 employees. (v) This requirement consists of the following line items with the estimated yearly usage: Item #Description Est. Yearly Usage 3357757 COLOR SET UP - 6 ea 343746AIR FILTER - 2 ea 340918CD FMC7 FITC - 1 ea 340946CD GLYC A PE - 5 ea 340688CD HLADR - 1 ea 340886CD TCR gd - 1 ea 340920CD10 PE - 2 ea 340867CD117 PE - 1 ea 340936CD11b APC - 1 ea 340712CD11b PE - 1 ea 340713CD11C - 1 ea 340686CD13 PE - 2 ea 347206CD138 PE - 1 ea 340683CD14 PE - 1 ea 340704CD16 FITC - 1 ea 340722CD19 APC - 7 ea 340721CD19 PerCP - 4 ea 341023CD2 APC - 2 ea 340701CD2 PE - 1 ea 340940CD20 APC - 1 ea 340673CD20 FITC - 1 ea 340675CD20 PerCP - 3 ea 340707CD22 FITC - 1 ea 341008CD23 PE - 1 ea 341010CD25 PE - 2 ea 340661CD3 APC - 6 ea 340042CD3/16+56 SS - 4 ea 340680CD33 APC - 4 ea 340669CD34 PE - 3 ea 340677CD38 APC - 5 ea 340133CD4 FITC - 3 ea 340664CD45 FITC - 2 ea 340665CD45 PerCP - 13 ea 340040CD45/CD14 - 1 ea 340658CD5 APC - 3 ea 341031CD55 PE - 2 ea 340685CD56 PE - 2 ea 340706CD57 FITC - 1 ea 340715CD61 FITC - 1 ea 340656CD7 PE - 2 ea 340717CD71 FITC - 2 ea 340046CD8 PE - 4 ea 340693CD8 PERCP - 1 ea 340345FACS CLEAN - 2 ea 349202FACS LYSING SOLUTION - 16 ea 342003FACSFLOW - 41 ea 33566307 FILTER ASSEMBLY WET CART - 4 ea 340500MT CD3/16+56/45/19 - 3 ea 340499MT CD3/8/45/4 - 26 ea 340755NEG G1 FITC - 2 ea 340761NEG G1 PE - 3 ea 340764NEG G2a FITC - 1 ea 340754NegG1 APC - 1 ea 340762NegG1 PerCP - 1 ea 340766NegG2A PE - 1 ea 334224SHUT DOWN SOLUTION - 21 ea 340261WASTE TANK 10L - 2 ea 33885407 WASTE TANK CAPS - 2 ea (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: The VISN 1 Contracting Activity intends to negotiate on a sole source basis pursuant to FAR 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements for a 5 year Blanket Purchase Agreement (BPA) with Becton Dickinson, 2350 Qume Dr., San Jose, CA 95131 for supplies and reagents for flow cytometry for use with (2) Becton Dickinson FACSCanto II systems. Per FAR 13.303-3 (a) (1)Description of agreement: The Boston VA Healthcare System (BHS) requires supplies and reagents for flow cytometry testing for use with (2) Becton Dickinson FACSCanto II systems, which are owned by BHS. A list of supplies and reagents that are currently in use with the FACSCanto II systems is located in Section (v) and are required to continue flow cytometry testing in the Boston VA Healthcare System. These supplies and reagents are only available from Becton Dickinson. The estimated usage in Section (v) is based on the Boston VA Healthcare Systems FY11 usage. The estimated usage amounts are NOT guaranteed and will fluctuate based on patient workload. The Government is looking for a FIRM-FIXED PRICE for all items listed in Section (v), from date of Government signed contract until the end of the contract period, for the base year plus four option periods. Orders will be phoned in by the individuals listed below in section (4) on an as needed basis. All orders will ship with F.O.B. Destination. A purchase order number for invoicing will be given by the individual calling in the order for each delivery order. The government intends to negotiate a 5 year Blanket Purchase Agreement (BPA). The BPA will be reviewed annually in order to maintain awareness of changes in market conditions, sources of supply, and other pertinent factors that may warrant making new arrangements with different suppliers or modifying existing arrangements. (2) Extent of obligation: The Government is obligated only to the extent of authorized purchases actually made under the BPA. (3) Purchase limitation: The dollar limitation for each individual purchase under the BPA is $150,000.00 (4) Individuals authorized to purchase under the BPA: To be provided upon award. (5) Delivery tickets. A requirement that all shipments under the agreement, except those for newspapers, magazines, or other periodicals, shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: (i) Name of supplier. (ii) BPA number. (iii) Date of purchase. (iv) Purchase number. (v) Itemized list of supplies or services furnished. (vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information). (vii) Date of delivery or shipment. (6) Invoices. An itemized invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. These invoices need not be supported by copies of delivery tickets. (vii) Delivery FOB Destination to: VA Boston Healthcare System West Roxbury Campus 1400 VFW Parkway West Roxbury, MA 02132 More information will be provided upon contract award. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror who is deemed the lowest bidder technically acceptable. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011), 52.216-18 ORDERING (OCT 1995), 52.216-19 ORDER LIMITATIONS (OCT 1995), 52.216-22 INDEFINITE QUANTITY (OCT 1995), 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989), 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999), 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000), 52.232-18 AVAILABILITY OF FUNDS (APR 1984), 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984), 52.233-2 SERVICE OF PROTEST (SEP 2006), VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008), VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009), VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009), VAAR 852.216-70 ESTIMATED QUANTITIES (APR 1984), VAAR 852.246-71 INSPECTION (JAN 2008), VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008). (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-1, 52.225-13, and 52.232-34. (xiii) N/A (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE Monday, February 27, 2012 at 10:00 AM eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to - Christopher Humphrey, Contracting Specialist, e-mail Christopher.Humphrey@va.gov (xvi) Please address questions to Christopher Humphrey, Contracting Specialist, e-mail Christopher.Humphrey@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24112R0332/listing.html)
- Document(s)
- Attachment
- File Name: VA241-12-R-0332 VA241-12-R-0332_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=296640&FileName=VA241-12-R-0332-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=296640&FileName=VA241-12-R-0332-000.docx
- File Name: VA241-12-R-0332 P03 - SSJ - BD FLOWCYTOMETRY - COMBINED.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=296641&FileName=VA241-12-R-0332-001.DOCX)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=296641&FileName=VA241-12-R-0332-001.DOCX
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-12-R-0332 VA241-12-R-0332_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=296640&FileName=VA241-12-R-0332-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;West Roxbury Campus;1400 VFW Parkway;West Roxbury, MA
- Zip Code: 02132
- Zip Code: 02132
- Record
- SN02675623-W 20120216/120215000810-9d7f32c9a97f457c860dc83299bee746 (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 |