Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
DOCUMENT

66 -- ESTIMATED COST PER SLIDE CONTRACT FOR AUTOMATED SPECIAL STAINER TESTING SUPPLIES - Attachment

Notice Date
8/27/2015
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
VISN 2 NCO (2-90);CONTRACTING OFFICER;DEPARTMENT OF VETERANS AFFAIRS;1304 BUCKLEY ROAD, SUITE C104;SYRACUSE, NY 13212
 
ZIP Code
13212
 
Solicitation Number
VA52815Q0348
 
Response Due
9/3/2015
 
Archive Date
11/2/2015
 
Point of Contact
Allison Dubin
 
E-Mail Address
25-4400
 
Small Business Set-Aside
N/A
 
Description
The Buffalo VA Medical Center currently has a procurement request for a Special Stainer in a cost per slide format. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, 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. Interested parties that can respond to this Combined Synopsis/Solicitation must provide evidence that they have a potential to meet the requirements as identified herein. The proposed contract action is for supplies or services for which the Government intends to solicit competitive offers. Interested persons may submit offers, and all eligible offers received prior to the date listed in FBO will be considered by the Government. The NAICS code is 334516 and the size standard is 500 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. Only emailed requests received directly from the requester are acceptable. A.SCOPE The Department of Veterans Affairs Western New York Healthcare System at Buffalo, located at 3495 Bailey Avenue, Buffalo, NY 14215 has a requirement for a Special Stainer in a cost per slide format. The awardee shall be able to provide all items listed in price cost schedule with deliveries as required. Multiple awards WILL NOT be made. B.GENERAL REQUIREMENTS a.The Contractor shall provide all upgrades to the equipment hardware and operating systems software without additional charge to the government. These enhancements to the contractor's equipment shall be delivered to the government site and installed within thirty (30) days of their issuance or date of first commercial availability. b.Any equipment being offered as remanufactured state-of-the-art equipment must have been inspected and tested to "new machine" standards. The contractor shall furnish a certified copy of inspection and test reports. c.The offered equipment will be made available in the same condition of production (as newly manufactured and remanufactured state-of-the-art equipment) as offered for a period of at least one (1) year after the date of contract award. d.Offered equipment shall perform satisfactorily at any laboratory temperature between 50 and 90 degrees Fahrenheit (10 and 32 degree Celsius). e.Offered equipment shall perform satisfactorily at any laboratory relative humidity between 15 and 85 percent. f.An operator's manual shall be furnished with equipment supplied. C.SCHEDULE OF SUPPLIES AND SERVICES COST PER SLIDE (CPS) a.Special stain system instrument b.Workstation monitor c.Report printer d.Shipping and installation e.Service and warranty D.INSTRUMENT SPECIFICATIONS a.Ability to fully automate special staining process (walk away) b.Individual slide heating, eliminating the need to batch tests c.Separation of waste into hazardous, trace metal, alcohol and water soluble d.Minimum of 48 slide capacity e.Minimal maintenance f.Must include gram and alcian blue PAS g.Warthin Starry stain results within 15 minutes The cost per stain slide price shall include costs covering (a) equipment use; (b) all standards, controls and related products; (c) shipping of products; (d) all necessary maintenance to keep the equipment in good operating condition (this element includes both preventative maintenance and emergency repairs); and (e) training for government personnel. Contractor is to provide delivery, installation and repair of equipment at no additional charge. E.SERVICE AND MAINTENANCE 1. General Provisions: a.The contractor shall provide maintenance (labor and parts) to keep the equipment in good operating condition and subject to security regulations. The government shall provide the contractor access to the equipment for service. b.Contractor will provide regular, scheduled maintenance to assure the continued reliable operation of the equipment. These preventative maintenance visits shall be of a frequency that conforms to the manufacture's operation and maintenance instructions for the supported equipment. However, intervals between scheduled maintenance services shall be the same as those provided to commercial customers for the same model of clinical laboratory equipment. c.User will perform daily routine maintenance and cleaning as required in the manufacture's operation and maintenance instructions. 2. Emergency Repair: a.Emergency repairs shall be performed after notification that the equipment is inoperative. The contractor shall provide the government with a designated point of contact and shall make arrangements to enable the maintenance representative to receive such notification. b.The contractor will perform emergency repair service within 24 hours of notification of the malfunction. All parts and labor needed to repair the malfunction will be provided by the contractor. Travel, per diem and other expenses associated with the repair will be borne by the contractor. c.The contractor shall furnish a malfunction incident report to the VA upon completion of each maintenance call. The report shall include as a minimum, the following: (1) date and time notified; (2) date and time of arrival; (3) serial number, type and model numbers of equipment; (4) time spent for repair; (5) description of malfunction and repair; (6) proof of repair that includes documentation of a sample run of quality control verifying acceptable performance. 3. Replacement of Laboratory Equipment: a.During the contract period, should the repair record of any contractor supplied equipment reflect a downtime of 10% or more of the normal working days in one calendar month, a determination will be made by the representative of the government to replace the initial equipment with new equipment. b.The responsibility for maintaining the furnished equipment in good condition shall be solely that of the contractor. c.The government agrees to maintain the equipment according to manufacture's specifications. d.the contractor shall remove the equipment at the expiration of the term of the arrangement unless the government opts to retain the equipment at a negotiated price. F.TRAINING The contractor, without additional charge to the government, shall provide training for two operating personnel at the time of installation of the contractor's equipment. In addition, the contractor shall provide supplemental operating training to the government personnel without additional charge to the government upon installation of any upgrade in equipment, hardware or operating system software connected with the operation of an instrument already furnished. G.DELIVERY a.Products ordered by the VA Western New York Healthcare System (VA WNYHS) shall be delivered within seven (7) days after the contractor receives the order. b.The Contracting Officer's Technical Representative (COTR) shall be informed if products are not available for shipment due to shipping problems, etc. c.All products provided by the contractor will be of the highest quality ensuring sensitivity, specificity and tested to assure precision and accuracy. The quality of the products must be high enough to satisfy proficiency testing standards of the College of American Pathologists (CAP) and the Joint Commission Authority (JCA). H.SYSTEM ACCEPTANCE The equipment shall be installed by the contractor at the designated VA address. The contractor will test the equipment (includes replacement, substitute and added or field modified) and confirm that it operates in accordance with the equipment specifications. The government will accept the equipment at time of confirmation. I.OWNERSHIP OF EQUIPMENT a.Title to equipment provided under this contract shall remain with the contractor. All accessories furnished by the contractor shall accompany the equipment when returned to the contractor. b.The contractor, upon expiration of order(s), replacement of equipment, or termination will remove equipment. the contractor will disconnect the equipment and will be responsible for all packing and shipping required to remove the equipment within seven (7) calendar days. J.NATIONAL HOLIDAYS The Laboratory is not open on National Holidays Federal Holidays consist of: New Year's Day Martin Luther King's Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day K.DESIGNATION OF CONTRACT OFFICER REPRESENTATION COR will be designated in writing. COR will be furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the Contracting Officer. L.AVAILABILITY OF FUNDS DURING A CONTINUING RESOLUTION At the beginning of each new fiscal year (October 1st) the federal government or parts thereof may be operating under a Continuing Resolution and only be funded for a limited period of time rather than for the entire fiscal year. If, at any time, funds for this contract are provided under a Continuing Resolution (CR), funds will only be available for performance under this contract up to and including the expiration date of the CR, and any extension thereof. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the expiration date of the CR, and any extension thereof, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability. M.CONTRACT TERM This Contract shall be for one (1) base year plus four (4) option years. N.E.2 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, in descending order of importance: Factor 1: Price Factor 2: Technical Approach/Capability: Contractor is to provide clear evidence of the overall technical approach; proposed methodology; and a demonstrated understanding of the scope of work and the requirements Factor 3: Past Performance Award will be made on the basis of lowest price technically acceptable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) INSTRUCTIONS TO OFFERORS: Vendor must be continuously registered with the sam.gov to further qualify for this contract. The offeror's quote shall, at a minimum, address each of the factors and additional documents listed. During evaluations of each quote, the Government will assess each area of the Technical Quote to ensure the offeror meets or exceeds the standards of the contract. The Government will evaluate the technical quote based on the evaluation criteria described in the Evaluation Section below, as well as those requirements listed in the SOW. The Government will infer from the offeror's responses to these specified evaluation criteria the offeror's capability to perform to the requirements of the entire SOW. OFFER SUBMISSION REQUIREMENTS: Offeror will submit their quote package by the offer due date. Packages may be emailed to Allison.dubin2@va.gov. Offers shall be submitted in accordance with the structure and format stipulated both here and elsewhere in this section. CD and faxed quotes are not allowed. CONTENT OF QUOTE PACKAGE: Evaluation Factors: Factor 1: Price Pricing must be submitted using pricing paged contained in solicitation under section B, Price/Cost Schedule. Factor 2: Technical Approach/Capability: Contractor is to provide clear evidence of the overall technical approach; proposed methodology; and a demonstrated understanding of the scope of work and the requirements Factor 3: Past Performance Additional documents to be included: a.Completed Reps and Certs if offeror does not list the NAICS code on their annual ORCA submission. b.Signed Standard Form 1449, and acknowledgment of all amendments. c.VA Approved Business Associate Agreement, if any Quote packages shall contain cover sheets labeled with the Solicitation Number, Title, Location, Offeror Organization, Address, Point of Contact, Phone Number, Fax Number, and Email Address. O.Schedule of items: Total period of performance shall not exceed five years. Each option year exercised shall be funded by a separate delivery/task order for each separate facility. REQUIREMENT: Special Histology Stainer - Cost Per Test (Cpt) Includes Equipment, Consumables, Service & Maintenance In Accordance With Mfg. Recommendations, Training. Contractor shall provide new equipment, reagents, consumables, preventative maintenance, repairs and training. Equipment shall be installed, configured and validated by the contractor. In the event the workload increases, contractor shall be able to fulfill the Government needs. Dates are dependent upon award date: PART I: Base Year: October 1, 2015 through September 30, 2016 PART II: 1st Option Year: October 1, 2016 through September 30, 2017 PART III: 2nd Option Year: October 1, 2017 through September 30, 2018 PART IV: 3rd Option Year: October 1, 2018 through September 30, 2019 PART V: 4th Option Year: October 1, 2019 through September 30, 2020 Price/Cost Schedule: PART I: Base Year: October 1, 2015 through September 30, 2016 CLINDESCRIPTIONQTYUNITPRICE/EACHTOTAL 1Special stainer - cost per slide format1000ea PART II: 1st Option Year: October 1, 2016 through September 30, 2017 CLINDESCRIPTIONQTYUNITPRICE/EACHTOTAL 2Special stainer - cost per slide format1000ea PART III: 2nd Option Year: October 1, 2017 through September 30, 2018 CLINDESCRIPTIONQTYUNITPRICE/EACHTOTAL 3Special stainer - cost per slide format1000ea PART IV: 3rd Option Year: October 1, 2018 through September 30, 2019 CLINDESCRIPTIONQTYUNITPRICE/EACHTOTAL 4Special stainer - cost per slide format1000ea PART V: 4th Option Year: October 1, 2019 through September 30, 2020 CLINDESCRIPTIONQTYUNITPRICE/EACHTOTAL 5Special stainer - cost per slide format1000ea BASE AND ALL OPTIONS VALUE: All interested parties shall respond to allison.dubin2@va.gov by Thursday, September 3rd, 2015, by 12:00 p.m. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirement. Information can be emailed to the Contracting Specialist. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and the Medical Center anticipates entering into a contract for a Special Stainer in a cost per slide format. (ii) The reference/solicitation number is VA528-15-Q-0348 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. 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/ and http://www.va.gov/oamm/oa/ars/policyreg/vaar/, respectively. (iv) North American Industry Classification System (NAICS) code is 334516 (size standard of 500employees) applies to this solicitation. (v) This requirement consists of a Special Stainer in a cost per slide format (vi) Period of performance is October 1, 2015 through September 30, 2020 (vii) Delivery will be to the Buffalo VA Medical Center, 3495 Bailey Avenue, Albany, NY 14215. (viii) The following solicitation provisions/contract clauses apply: FAR 52.209-5, Representation By Corporations Regarding An Unpaid Tax Liability Or A Felony Conviction Under Any Federal Law FAR 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013) FAR 52.212-3, Offeror Representations and Certification, Commercial Items (Aug 2013). Offerors must include a completed copy of the provision with its offer or fill out online representations and certifications at 52.212-1 Instructions to Offerors-Commercial Items. FAR 52-212-4, Contract Terms and Conditions - Commercial Items (Jul 2013). FAR 52.212-5, Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2013). For the purposes of this clauses, items (b), 1, 4, 6, 7 14, 23, 26, 27, 28, 29, 30, 31,32, 33, 38, 39, 41, 42, and 48 are considered checked and apply. FAR 52.216-21, Requirements FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer (Jul 2013) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). For the purpose of this provision, the fill-in's are http://farsite.hill.af.mil/ and http://farsite.hill.af.mil/vffara.htm respectively. FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). For the purpose of this provision, the fill-in's are http://farsite.hill.af.mil/ and http://farsite.hill.af.mil/vffara.htm respectively. FAR 52.223-3, Hazardous Material Identification and Material Safety Data - Alternate I (Jan 1997). FAR 52.232-18, Availability of Funds VAAR 852.203-70, Commercial advertising (Jan 2008) VAAR 852.211-73 Brand Name or Equal VAAR 852.216-70, Estimated quantities (Apr 1984) VAAR 852.232-72, Electronic submission of payment requests (Nov 2012) VAAR 852.246-70, Guarantee VAAR 852.246-71, Inspection (Jan 2008) VAAR 852.270-1, Representatives of Contracting Officers RESPONSES ARE DUE Thursday, September 3rd, 2015, by 12:00 p.m. Eastern Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to allison.dubin2@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to allison.dubin2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52815Q0348/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-Q-0348 VA528-15-Q-0348_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2280784&FileName=VA528-15-Q-0348-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2280784&FileName=VA528-15-Q-0348-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03860456-W 20150829/150828000952-b4c0c62a17e3fa4a3e178f6614b49d5d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.