MODIFICATION
66 -- BioPlex 2200 System Rental, Reagents and Consumables
- Notice Date
- 9/8/2021 10:15:16 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24921Q0544
- Response Due
- 9/13/2021 7:00:00 AM
- Archive Date
- 11/12/2021
- Point of Contact
- LaShanda Harrington, Contracting Officer, Phone: 615-225-6543
- E-Mail Address
-
LaShanda.Harrington@va.gov
(LaShanda.Harrington@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Original Date: 10/12/17 Revision 04 Date: 06/10/20 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 issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. This solicitation is set-aside for Small Business (SB), Full and Open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1,000. The FSC/PSC is 6640. The Network Contracting Office (NCO) 9 is seeking to purchase BioPlex 2200 System Rental, Reagents and Consumables. All interested companies shall provide quotations for the following: Supplies/Services for BioPlex 2200 System Rental, Reagents and Consumables: Reference and Complete attached Price Schedule. Statement of work, performance work statement, or other description of services: Reference attached. The purchase order/contract period of performance is base year 10/1/2021 9/30/2022 plus four (4) option years through 9/30/2026. FOB Destination Place of Performance/Place of Delivery Address: Lexington VA Medical Center, 1101 Veterans Drive, Lexington, KY Postal Code: 40502 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items Addendum (Jul 2021) See Attached FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Feb 2021) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 52.204-7, System for Award Management (Oct 2018) 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) 52.233-2, Service of Protest (Sept 2006) VAAR 852.252-70, Solicitation provisions or clauses incorporated by reference (Jan 2008) FAR 52.212-2, Evaluation-Commercial Items Addendum (Oct 2014) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2021) The following subparagraphs of FAR 52.212-5 are applicable, subparagraph (b)(1), etc.: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-28, Post Award Small Business Program Rerepresentation (NOV 2020) 52.219-33, Nonmanufacturer Rule (MAR 2020) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2020) 52.222-26, Equal Opportunity (SEP 2016) 52.222-35, Equal Opportunity for Veterans (JUN 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37, Employment Reports on Veterans (JUN 2020) 52.222-50, Combating Trafficking in Persons (OCT 2020) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1, Buy American--Supplies (JAN 2021) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Jun 2020) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) 52.216-18, Ordering (Aug 2020) 52.216-19, Order Limitations (Oct 1995) 52.216-22, Indefinite Quantity (Oct 1995) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.219-14, Limitations on Subcontracting (Mar 2020) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.211-72, Technical Industry Standards (Nov 2018) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) (a) 852.203.70, Commercial Advertising (May 2018) 852.211-70, Equipment Operation and Maintenance Manuals (Nov 2018) 852.232.72, Electronic Submission of Payment Requests (Nov 2018) 852.233-70, Protest Content/Alternative Dispute Resolution (Oct 2018) 852.233-71, Alternate Protest Procedure (Oct 2018) 852.246-71, Rejected Goods (Oct 2018) 852.270-1, Representatives of Contracting Officers (Jan 2008) 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Oct 2019) 852.215-71, Evaluation Factor Commitments (Oct 2019) 852.219-74, Limitations on Subcontracting-Monitoring and Compliance (Jul 2018) 852.212-71 Gray Market Items (Apr 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. All quoters shall submit the following: Submit completed Price Schedule. Submit written proof Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. 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), if any. Failure to submit the requested information can be deemed Nonresponsive and no award . All quotes shall be sent to the Network Contracting Office (NCO) 9, LaShanda.Harrington@va.gov. The following are the decision factors: 52.212-2 Evaluation Simplified Acquisition Procedures: Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line item numbers (CLINs) and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Instructions to Quoters See Attachment Submission of your response shall be received not later than 9am CT, September 13, 2021 at LaShanda.Harrington@va.gov. Only email submissions 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 no later than closing date of this solicitation to the Point of Contact listed below. Point of Contact LaShanda Harrington, Contracting Officer, LaShanda.Harrington@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/50aac77e78df403c9f0ff70befe6e9e4/view)
- Place of Performance
- Address: Lexngton VA Medical Center 1101 Veterans Drive, Lexington 40502
- Zip Code: 40502
- Zip Code: 40502
- Record
- SN06124821-F 20210910/210908230124 (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 |