Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
DOCUMENT

66 -- MICROBIOLOGY PLATED MEDIA ASHEVILLE VAMC - Attachment

Notice Date
1/9/2018
 
Notice Type
Attachment
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24618Q0258
 
Response Due
12/28/2017
 
Archive Date
1/27/2018
 
Point of Contact
Darla J Hurlock
 
E-Mail Address
8-3120<br
 
Small Business Set-Aside
N/A
 
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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All vendors shall be registered at www.sam.gov and at www.Vip.VetBiz.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). II. This solicitation is issued as a request for quotation (RFQ); submit written quotes on RFQ number 36C24618Q0258 (formerly 36C24618Q0222). This solicitation is a Brand Name Only request for Becton Dickinson brand microbiology plated media, to be delivered to the Department of Veterans Affairs (VA) Medical Center at Asheville, North Carolina, which meets the requirements within this solicitation. Justification for Brand Name is included as an attachment to this solicitation. III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. IV. This solicitation is set-aside 100% for Veteran-Owned Small Business concerns. The North American Industry Classification System Code is 325413 and the size standard is 1,250 employees. V. This combined solicitation/synopsis is for procurement of the following commercial supplies: Base Year: Award through 9/30/18 ITEM # MPN DESCRIPTION UNIT PRICE 0001 221261 TSB 0002 221277 PEA 0003 221270 MAC 0004 221847 MYCOSEL 0005 221841 BHI 0006 221734 CDC 0007 221735 CDC-KVY 0008 221365 HE 0009 297246 CVA 0010 297953 SMAC 0011 297890 HAEM QUAD 0012 227567 MOD THYR MARTN 0013 221267 CG AGAR (CHOC) 0014 221854 CORNMEAL 0015 297801 NUT AGAR 0016 221278 SAB 0017 215229 CHROMAGAR Option Year 1: 10/1/18 through 9/30/19 ITEM # MPN DESCRIPTION UNIT PRICE 1001 221261 TSB 1002 221277 PEA 1003 221270 MAC 1004 221847 MYCOSEL 1005 221841 BHI 1006 221734 CDC 1007 221735 CDC-KVY 1008 221365 HE 1009 297246 CVA 1010 297953 SMAC 1011 297890 HAEM QUAD 1012 227567 MOD THYR MARTN 1013 221267 CG AGAR (CHOC) 1014 221854 CORNMEAL 1015 297801 NUT AGAR 1016 221278 SAB 1017 215229 CHROMAGAR Option Year 2: 10/1/19 through 9/30/20 ITEM # MPN DESCRIPTION UNIT PRICE 2001 221261 TSB 2002 221277 PEA 2003 221270 MAC 2004 221847 MYCOSEL 2005 221841 BHI 2006 221734 CDC 2007 221735 CDC-KVY 2008 221365 HE 2009 297246 CVA 2010 297953 SMAC 2011 297890 HAEM QUAD 2012 227567 MOD THYR MARTN 2013 221267 CG AGAR (CHOC) 2014 221854 CORNMEAL 2015 297801 NUT AGAR 2016 221278 SAB 2017 215229 CHROMAGAR Option Year 3: 10/1/20 through 9/30/21 ITEM # MPN DESCRIPTION UNIT PRICE 3001 221261 TSB 3002 221277 PEA 3003 221270 MAC 3004 221847 MYCOSEL 3005 221841 BHI 3006 221734 CDC 3007 221735 CDC-KVY 3008 221365 HE 3009 297246 CVA 3010 297953 SMAC 3011 297890 HAEM QUAD 3012 227567 MOD THYR MARTN 3013 221267 CG AGAR (CHOC) 3014 221854 CORNMEAL 3015 297801 NUT AGAR 3016 221278 SAB 3017 215229 CHROMAGAR Option Year 4: 10/1/21 through 9/30/22 ITEM # MPN DESCRIPTION UNIT PRICE 4001 221261 TSB 4002 221277 PEA 4003 221270 MAC 4004 221847 MYCOSEL 4005 221841 BHI 4006 221734 CDC 4007 221735 CDC-KVY 4008 221365 HE 4009 297246 CVA 4010 297953 SMAC 4011 297890 HAEM QUAD 4012 227567 MOD THYR MARTN 4013 221267 CG AGAR (CHOC) 4014 221854 CORNMEAL 4015 297801 NUT AGAR 4016 221278 SAB 4017 215229 CHROMAGAR VI. Required delivery as needed; orders shall be placed by Pathology & Lab Service employees on an as needed basis. Deliver all products to the VA Medical Center, 1100 Tunnel Road, Asheville, North Carolina 28805-4509. All deliveries shall be F.O.B. Destination. VII. FAR 52.212-1, Instructions to Vendors -- Commercial Items (OCT 2015), applies to this acquisition. VIII. The Government intends to award a firm, fixed priced Requirements contract to the responsible vendor whose quote, conforming to the requirements in this request for quote, will be most advantageous to the Government. IX. The vendor must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2016), with its quote. A vendor shall complete only paragraph (b) of this provision if the vendor has completed the annual representations and certifications electronically at http://sam.gov. X. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015), applies to this acquisition. XI. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.204-10; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-18; 52.225-3 Alternate I; 52.225-13; 52.232-34. XII. The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (JAN 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.246-70 Guarantee (JAN 2008); 852.246-71 Inspection (JAN 2008). XIII. The following VAAR provisions apply to this acquisition: 852.273-70 Late Offers (JAN 2003) and 852.273-72  Alternate Evaluation (JAN 2003). XIV. Quotes are required to be received by the Contracting Officer electronically via email no later than 8:00 A.M. EST on January 16, 2018; all quotes shall be emailed to darla.hurlock@va.gov. NO FAXED OR MAILED OFFERS WILL BE ACCEPTED. All submissions become part of the procurement file. Attachment JFOC redacted DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($150K) Acquisition Plan Action ID: VA246-18-AP-2598 1. Contracting Activity: Department of Veterans Affairs Network Contracting Office (NCO) 6, on behalf of the VA Medical Center in Asheville, North Carolina, proposes to procure Brand Name microbiology plated material under purchase request (redacted). 2. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: VAMC Asheville requires Becton Dickinson (BD) brand microbiology plated media for use in recurring daily laboratory testing. The annual estimated value is (redacted); total contract value is estimated at (redacted). 3. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: This Justification authorizes Brand Name Only (Becton Dickinson) brand media, which is currently in use at the medical center; introducing new media would require extensive validation studies. 4. Description of market research conducted and results or statement why it was not conducted: In accordance with FAR 10.002 requirements, market research was conducted. In addition to Internet searches for capable vendors, a Sources Sought Notice was published at Federal Business Opportunities (www.FBO.gov) from December 13, 2017 through December 18, 2017 which provided sufficient responses regarding the availability of Veteran-Owned Small Businesses with apparent capability to meet the requirement. Two Service-Disabled Veteran-Owned Small Businesses responded to the Notice; however, only one of these businesses had clear capability to meet the requirement. Additionally, one capable Veteran-Owned Small Business responded to the Notice, as well as two Large Business concerns. 5. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Prepared by: (signature redacted) DARLA HURLOCK Contracting Officer, NCO 6 Approved by: (signature redacted) JAY B. JAMES Supervisory Contracting Officer, NCO 6
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q0258/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24618Q0258 36C24618Q0258.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4005424&FileName=36C24618Q0258-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4005424&FileName=36C24618Q0258-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04785550-W 20180111/180109231722-8bb8daaf58c70d3d19ce371a5a99b028 (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.