DOCUMENT
J -- This Solicitation serves as an intent to Sole-Source, as well as an opportunity for vendors to offer different programs/products that will meet the requirements of the SOW - Attachment
- Notice Date
- 4/12/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409
- ZIP Code
- 45409
- Solicitation Number
- 36C25018Q0599
- Response Due
- 4/17/2018
- Archive Date
- 5/17/2018
- Point of Contact
- See Combined Synopsis/Solicitation
- E-Mail Address
-
Starla.VanWinkle@va.gov
(Starla.VanWinkle@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Intent to Sole-Source Notice The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO 10), Kettering, OH 45409 intends to solicit a RFQ for a sole-source procurement to provide to provide a service agreement for the Ventana Benchmark Ultra and the Benchmark Special Stains (See Below), using a Firm-Fixed Price Sole-Source contract as the procurement method. The VA anticipates issuing a Firm-Fixed Price Contract (Sole Source) to Ventana Medical Systems on or about 04/20/2018 for the ongoing maintenance and repairs needed. Place of Performance: Cincinnati VA Medical Center 3200 Vine Street Cincinnati, Ohio 45220-2637 513-861-3100 Station Code: 36C539 In accordance with FAR 52.204-7, System for Award Management, prospective contractors must be registered in System for Award Management (SAM) and in VetBiz database, if applicable (VetBiz registration is required for Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses), under the applicable NAICS. Contractors may obtain SAM information at https://www.sam.gov and Vet Biz information at http://www.vip.vetbiz.gov. To be eligible for award, contractors must be registered in the System for Award Management database. Registration is free and potential offerors are encouraged to visit the SAM website as no contract can be awarded to any offeror not registered in SAM. NAICS Code is 811219 with a Large Business Size Standard of $20.0 Million. The solicitation will be issued to a single business with a sole-source justification. One award is expected to be made. The VA will only consider other quotes for similar products and the contractor must be registered as mentioned above and not on the Excluded Parties List. Questions concerning this announcement should be directed to the Contract Specialist using the email link provided. Telephone requests for information or questions will NOT be accepted. Please email requests or questions to Starla VanWinkle at the following e-mail address: Starla.vanwinkle@va.gov and ensure that the subject line includes: solicitation no. 36C25018Q0599 and the company name and DUNES #. Department of Veterans Affairs Network Contracting Office (NCO) 10 3140 Governor s Place Blvd. Kettering, OH 45409 Station Code: 36C250 DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT Acquisition Plan Action ID: 539-18-2-072-0106 Contracting Activity: Department of Veterans Affairs, VISN 10, Cincinnati VA Medical Center (539) 539-18-2-072-0106 Roche Diagnostics Corporation Service Agreement (standard) for the Ventana Benchmark Ultra (sn: 315357) and the Benchmark Special Stains (sn: 511596) slide staining systems. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: One year full, standard, service plan to include preventative maintenance, all labor, expenses and all parts for an unlimited number of on-demand service visits and telephone support calls around the clock. On-site coverage is Monday through Friday from 8:00AM to 5:00PM local time (excluding Roche holidays). Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: Proprietary equipment. Only those trained by Roche Diagnostics may service the Ventana Benchmark Ultra and the Ventana Benchmark Special Stains slide staining systems. Description of market research conducted and results or statement why it was not conducted: Sole Source letter from the OEM, proprietary data rates 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. Shane Thompson Biomedical Equipment Support Specialist 3/20/2018 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25018Q0599 Posted Date: 04/12/2018 Original Response Date: 04/17/2018 Current Response Date: 04/17/2018 Product or Service Code: J065 Set Aside: None NAICS Code: 811219 Contracting Office Address Network Contracting Office (NCO) 10 3140 Governor s Place Blvd. Suite 210 Kettering, OH 45409 Station Code: 36C250 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $20 Million. The Cincinnati VA Medical Center is seeking to purchase Ventana Benchmark Slide Staining System Service for a base year with four (4), one-year options. All interested companies shall provide quotation(s) for the following: Supplies Line Item Description Quantity Unit Price Total Price Base Year BenchMark ULTRA Serial #315357 POP: 04/20/2018 to 04/19/2019 1 Base Year BenchMark ULTRA Serial #5111596 POP: 04/20/2018 to 04/19/2019 1 OY1 BenchMark ULTRA Serial #315357 POP: 04/20/2019 to 04/19/2020 1 OY1 BenchMark ULTRA Serial #5111596 POP: 04/20/2019 to 04/19/2020 1 OY2 BenchMark ULTRA Serial #315357 POP: 04/20/2020 to 04/19/2021 1 OY2 BenchMark ULTRA Serial #5111596 POP: 04/20/2020 to 04/19/2021 1 OY3 BenchMark ULTRA Serial #315357 POP: 04/20/2021 to 04/19/2022 1 OY3 BenchMark ULTRA Serial #5111596 POP: 04/20/2021 to 04/19/2022 1 OY4 BenchMark ULTRA Serial #315357 POP: 04/20/2022 to 04/19/2023 1 OY4 BenchMark ULTRA Serial #5111596 POP: 04/20/2022 to 04/19/2023 1 Total Price Services The contractor shall provide the licensing and support services, as stated above, that will allow for continuity of services for those systems. The delivery/task order period of performance is to begin on 04/20/2018 and will end on 04/19/2019. Place of Performance Cincinnati VA Medical Center 3200 Vine Street Cincinnati, OH 45220 Station Code 36C539 Award shall be made to the quoter, whose quotation is evaluated as the Lowest Price Quoted. This solicitation includes 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html or at http://farsite.hill.af.mil/vmfara.htm. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2017) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 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). 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). All quoters shall submit the following: Priced Quote Company contact, name and DUNS number. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a single Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s) below: Submission shall be received not later than 04/17/2018 at 2:00 P.M. EST. at the following location: All quotes shall be submitted, via email, to starla.vanwinkle@va.gov. No hard copies will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer (Point of Contact below). No phone calls will be accepted for questions regarding this solicitation. Point of Contact Starla VanWinkle Contract Specialist Network Contracting Office (NCO) 10 3140 Governor s Place Blvd. Suite 210 Kettering, OH 45409 Station Code: 36C250 937-268-6511 Starla.vanwinkle@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25018Q0599/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q0599 36C25018Q0599_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4222883&FileName=36C25018Q0599-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4222883&FileName=36C25018Q0599-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q0599 36C25018Q0599_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4222883&FileName=36C25018Q0599-000.docx)
- Record
- SN04887437-W 20180414/180412230832-ddc15a01b72a14c83fbe37ddc928058a (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 |