SOLICITATION NOTICE
W -- BioFire Torch Cost-Per-Test
- Notice Date
- 5/26/2020 10:39:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25720Q0525
- Response Due
- 6/9/2020 12:00:00 AM
- Archive Date
- 06/24/2020
- Point of Contact
- Vance Farrell
- E-Mail Address
-
vance.farrell@va.gov
(vance.farrell@va.gov)
- Description
- 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; offers are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C25720Q0525 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. (iv) This solicitation is issued as unrestricted, full and open competition, with an associated NAICS code of 334516, which has a small business size standard of 1,000. (v) See attached schedule for the contract line item numbers, and quantities requested in this solicitation. (vi) This requirement is for providing rental/lease of a BioFire FilmArray Torch system, to include purchase of reagent panels, or equal; on-site installation, training and warranty/extended warranty services for the System, to the VA North Texas Health Care System, Dallas, TX.� See attached Performance Work Statement for the supplies/services description and the delivery/service location. (vii) The anticipated base period of performance for the requirement is 7/1/2020 through 6/30/2021.� ������������ (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.� See item xiii below for additional submission requirements.��� (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation.� Offers received in this solicitation will be evaluated as Lowest Priced Technically Acceptable (LPTA).� Offers of an �equal� item will be evaluated for technical capability by a comparison of the specifications of the item offered to those of the BioFire FilmArray Torch system.� See attachment for the salient characteristics of the required laboratory instrument. ���Equal� items that do not meet or exceed the specifications of the BioFire FilmArray Torch will be assessed as technically unacceptable.� The offer with the lowest price, whose offer was found to be technically acceptable, will be considered the best value for the government. (x) Offerors whom have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do NOT need to return a completed copy of the provision with their proposal.� Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation.�� (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.� Addenda to the included clause state that clauses that are incorporated by reference have the same effect as if they were given in full text.�� (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.� See attached schedule regarding the additional FAR clauses cited within the clause that are applicable to this acquisition. (xiii) This acquisition includes additional submission requirements.��� Other additional submission requirements are:�� Offerors should complete the contractor information, page 1 of the SF1449; block 12, discount terms, if applicable; block 17a, contractor information; and blocks 30, Offeror/Contractor signature, and return it with the offer. � Offerors are to provide pricing with their offer. Offerors may submit pricing in the attached schedule (SF1449) or may submit pricing in their own format.� ������ This solicitation includes FAR provision 52.211-6, Brand Name, or Equal. Offers with an �equal� item must provide the specifications of the item(s) offered with their offer.� Offers of �equal� item(s) that do not provide the specifications may be assessed as technically unacceptable.� Items offered must be new manufactured.� Offers of refurbished or third-party equipment items will not be accepted.� Offers of �equal� items must provide a description of the maintenance services offered, if the services offered differ from the maintenance services description in the Performance Work Statement.� This solicitation includes FAR provision 52.209-7, Information Regarding Responsibility Matters.� Offerors that have current active Federal contracts and grants with a total value greater than $10,000,000 must provide a response with their offer. A formal site visit will not be conducted for this solicitation.� It is the responsibility of the offeror to understand the site conditions prior to placing an offer.� (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition.� �(xv) Offers are due by 9 June, by 3:00 PM CST.� Offers must submitted by email (see size limit note below) to Vance Farrell at vance.farrell@va.gov. (xvi) Questions regarding information in the solicitation must be submitted in writing to the Point of Contact (POC), Vance Farrell, by email at vance.farrell@va.gov.� Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 7MB.� Multiple emails can be sent to the POC for an offer.� If an offer is sent in multiple parts, it is recommended that a confirmation request be included in the final email, for the POC to acknowledge that all (parts) of the offer have been received.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4763282199114d03ad943ef2538f0ccb/view)
- Place of Performance
- Address: TX 75216, USA
- Zip Code: 75216
- Country: USA
- Zip Code: 75216
- Record
- SN05670135-F 20200528/200526230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |