SOLICITATION NOTICE
68 -- Laboratory Reagents for VA Manila Outpatient Clinic
- Notice Date
- 2/2/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
- ZIP Code
- 94553-4668
- Solicitation Number
- VA26115Q0268
- Response Due
- 2/13/2015
- Archive Date
- 3/15/2015
- Point of Contact
- Cristina E Lansangan
- E-Mail Address
-
2-833-4566<br
- Small Business Set-Aside
- Total Small Business
- Description
- i.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; quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. ii.Solicitation VA261-15-Q-0268 is issued as a request for quotes using Simplified Acquisition Procedures pursuant to FAR Part 13. Written documentation will not be issued for this quote. iii.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-78. It is the contractor's responsibility to be familiar with applicable clauses and provisions. iv.This requirement is a small business set aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 325998 with a small business size standard of 500 employees. v.The VHA NCO 21 requires the following items ("Brand name or Equal"). Offerors submitting an EQUAL to Brand Name product below shall demonstrate that the laboratory reagents meet ALL THE MINIMUM SPECIFICATIONS LISTED. Offerors who submit an "Equal" to the product below MUST submit documentation (specification sheets) that verifies that the Equal meets the specifications cited below. ----------------------- --------------------- ---------------------------------- ITEM NO. DESCRIPTION QUANTITY UNIT OR STOCK NO. -------------------------------------------------------------------------------- LABORATORY SUPPLIES: 10475530 1 REAGENT,SIEMENS,DIMENSION GPT FLEX PKG: 1 per KT 6 KT 10444969 2 REAGENT,SIEMENS,DIMENSION BUN PKG: 1 per KT 3 KT 10444957 3 REAGENT,SIEMENS,DIMENSION,TBIL FLEX PKG: 1 per KT 4 KT 10444968 4 REAGENT,SIEMENS,DIMENSION,CREATININE FLEX PKG: 1 per KT 6 KT 10444949 5 REAGENT,SIEMENS,DIMENSION CALCIUM FLEX PKG: 1 per KT 4 KT 10464511 6 REAGENT,SIEMENS,DIMENSION CKI FLEX PKG: 1 per KT 2 KT 10444960 7 REAGENT,SIEMENS,DIMENSION GGT FLEX PKG: 1 per KT 3 KT 10475530 8 REAGENT,SIEMENS,DIMENSION HDL FLEX PKG: 1 per KT 4 KT 10444890 9 REAGENT,SIEMENS,DIMENSION ALDL 120 PKG: 1 per KT 3 KT 10444954 10 REAGENT,SIEMENS,DIMENSION PHOSPHORUS PKG: 1 per KT 2 KT 10444977 11 REAGENT,SIEMENS,DIMENSION MICROALBUMIN FLEX PKG: 1 per KT 3 KT 10444954 12 REAGENT,SIEMENS,DIMENSION PHOSPHORUS PKG: 1 per KT 3 KT 10444979 13 REAGENT,SIEMENS,DIMENSION TOTAL PROTEIN PKG: 1 per KT 3 KT 10444924 14 REAGENT,SIEMENS,DIMENSION PHENCYCLIDINE PKG: 1 per KT 2 KT 10444925 15 REAGENT,SIEMENS,DIMENSION CANNABINOIDS PKG: 1 per KT 2 KT 10444919 16 REAGENT,SIEMENS,DIMENSION BENZODIAZEPINE FLEX PKG: 1 per KT 2 KT 10444926 17 REAGENT,SIEMENS,DIMENSION AMPHETAMINE FLEX 80 PKG: 1 per KT 2 KT 10444920 18 REAGENT,SIEMENS,DIMENSION COCAINE FLEX PKG: 1 per KT 2 KT 10444923 19 REAGENT,SIEMENS,DIMENSION OPIATES FLEX PKG: 1 per KT 2 KT 10444918 20 REAGENT,SIEMENS,DIMENSION BARBITURATES FLEX PKG: 1 per KT 2 KT 10445032 21 REAGENT,SIEMENS,DIMENSION DOA NEGATIVE CONTROL PKG: 1 per KT 1 KT 10445033 22 REAGENT,SIEMENS,DIMENSION DOA POSITIVE CONTROL PKG: 1 per KT 1 KT 10476170 23 REAGENT,SIEMENS,DIMENSION ENXYME II CAL FOR ALTI PKG: 1 per KT 1 KT 10445016 24 REAGENT,SIEMENS,DIMENSION ENZYME VERIFIER (P28,766.56) PKG: 1 per KT 2 KT 10444997 25 REAGENT,SIEMENS,DIMENSION CHEM II CALIBRATOR PKG: 1 per KT 2 KT 10445009 26 REAGENT,SIEMENS,DIMENSION CHEM 1 CALIBRATOR REVISED PKG: 1 per KT 2 KT 10444998 27 REAGENT,SIEMENS,DIMENSION CHOLESTEROL CAL PKG: 1 per KT 2 KT 10445022 28 REAGENT,SIEMENS,DIMENSION MICROALBUMIN CALIBRATOR PKG: 1 per KT 1 KT 10445013 29 REAGENT,SIEMENS,DIMENSION TBI-DBI CAL PKG: 1 per KT 2 KT 10445409 30 REAGENT,SIEMENS,SYVA CALIBRATOR LEVEL 3 PKG: 1 per KT 1 KT 10444993 31 REAGENT,SIEMENS,DIMENSION TP/ALB CAL PKG: 1 per KT 1 KT 10444996 32 REAGENT,SIEMENS,DIMENSION ALDL CAL PKG: 1 per KT 1 KT 10464328 33 REAGENT,SIEMENS,DIMENSION AHDL CAL PKG: 1 per KT 1 KT 10444996 34 REAGENT,SIEMENS,DIMENSION ALDL CAL PKG: 1 per KT 1 KT 10464328 35 REAGENT,SIEMENS,DIMENSION AHDL CAL PKG: 1 per KT 1 KT 10445058 36 REAGENT,SIEMENS,QUICKLYTE INTEGRATED MULTISENSOR CARTRIDGE PKG: 1 per KT 2 KT 10444878 37 REAGENT,SIEMENS,QUICKLYTE IMT STANDARD A PKG: 1 per KT 2 KT 10444884 38 REAGENT,SIEMENS,QUICKLYTE IMT STANDARD B PKG: 1 per KT 2 KT 10445051 39 REAGENT,SIEMENS,QUICKLYTE IMT FLUSH SOLUTION PKG: 1 per KT 2 KT 10444874 40 REAGENT,SIEMENS,QUICKLYTE IMT SAMPLE DILUENT PKG: 1 per KT 1 KT 10444873 41 REAGENT,SIEMENS,DIMENSION SALT BRIDGE SOLUTION PKG: 1 per KT 3 KT 10444872 42 REAGENT,SIEMENS,QUICKLYTE IMT DILUTION CHECK PKG: 1 per KT 2 KT 10445042 43 REAGENT,SIEMENS,DIMENSION CUVETTE CARTRIDGE PKG: 1 per KT 6 KT 10445041 44 REAGENT,SIEMENS,DIMENSION SAMPLE CUP WITH LIDS PKG: 1 per KT 3 KT 10464508 45 REAGENT,SIEMENS,DIMENSION CKI/MBI CAL PKG: 1 per KT 1 KT 10445050 46 REAGENT,SIEMENS,DIMENSION THERMAL PAPER EXL PKG: 1 per KT 30 KT vi.Minimum Specifications: (A)Functions to be performed: Laboratory reagents to be used on the Siemens Dimension EXL Clinical Chemistry and Advia Centaur CP Immunology Analyzers. (B)Performance required; or "Shall have at least 6 months' expiry date upon delivery (C) Essential physical characteristics; N/A vii.The date of delivery shall be no later than 20 days ARO (After Receipt of Order) or sooner to Department of Veterans Affairs, Manila Regional Office and Outpatient Clinic, 1501 Roxas Boulevard, Pasay City, Philippines; FOB Destination. viii.52.212-1, Instructions to Offerors - Commercial, applies to this acquisition ix.52.212-2, Evaluation - Commercial Items. The Government will award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror, whose quote is lowest price and technically acceptable. The Government reserves the right to issue an award without discussion. x.52.212-3, Offeror Representations and Certifications - Commercial Items. The Contracting Officer will review the vendor's online certifications at http://sam.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award xi.52.212-4, Contract Terms and Conditions - Commercial Items, is hereby incorporated by reference. ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Clauses that are incorporated by reference, (by Citation Number, Title, and Date), have the same force, and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of clause) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) (Note: As used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. The clause entitled "Brand name or equal" applies only to all line items in this combined synopsis/solicitation. (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the Web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (End of Provision) 52.211-6BRAND NAME OR EQUAL (AUG 2000) (End of Provision) (End of Addendum to 52.212-4) xii.52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (SEP 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). [X] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [X] (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). [X] (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). [X] (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (32) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). [X] (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). [X] (34) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (42)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (NOV 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). [] (ii) Alternate I (MAR 2012) of 52.225-3. [] (iii) Alternate II (MAR 2012) of 52.225-3. [] (iv) Alternate III (NOV 2012) of 52.225-3. [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements "(Nov 2007)" (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (AUG 2013). (xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) xiii.Offers are due on February 13, 2015, 4:00pm EST xiv.Questions regarding this requirement shall be emailed to cristina.lansangan@va.gov no later than February 11, 2015 @ 4:00pm EST. All questions and their respective answers will be made available in the form of an amendment to this announcement. Contracting Office Address: Department of Veterans Affairs Manila Regional Office and Outpatient Clinic 1501 Roxas Boulevard Pasay City, Philippines Delivery Address: VA Warehouse Manila Regional Office and Outpatient Clinic 1501 Roxas Boulevard Pasay City, Philippines Point of Contact(s): Cristina Mae Lansangan, Contract Specialist Email: cristina.lansangan@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26115Q0268/listing.html)
- Record
- SN03631187-W 20150204/150202235251-15fe3d7ddc665d3c4781f82ae1feb9b1 (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 |