Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2021 SAM #7246
SOLICITATION NOTICE

J -- Leica ScanScope and Peloris Service Maintenance

Notice Date
10/1/2021 11:56:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q1271
 
Response Due
10/13/2021 1:00:00 PM
 
Archive Date
12/12/2021
 
Point of Contact
Samuel Han, Contract Specialist, Phone: 562-766-2314
 
E-Mail Address
Samuel.Han@va.gov
(Samuel.Han@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 2 of 2 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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) The solicitation number 36C26221Q1271 is issued as a Request for Quotation (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract for a one (1) year base period plus four (4) optional years. (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2021-06, July 12,2021. (iv) This solicitation intends to award a contract through open market with competition set-aside for small businesses to a business associated with NAICS North American Industrial Classification System Code 334516 with a size standard of 1,000 employees. (v) See Attachment A Schedule of Pricing for a list of line item numbers, items, quantities, and units of measure. (vi) The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22, seeks to make a procurement for a corrective service, preventative maintenance and server/software support agreement for Leica equipment located in the Pathology and Laboratory department at Southern Arizona VA Health Care System (VA Tucson). See Attachment B Statement of Work for a listing of devices and other requirements. Offeror quotations must demonstrate meeting the salient, technical, physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The information identified provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the brand name or equal to supplies being requested. (vii) Delivery Requirements: Place of Delivery: Department of Veterans Affairs Southern Arizona VA Health Care System Pathology and Laboratory Medicine Services 3601 S 6th Ave. Tucson, AZ 85723 Period of Performance/Delivery Timeframe: The period of performance of this contract shall be: Base Period 10/25/2021 10/24/2022 Option Year 1 10/25/2022 10/24/2023 Option Year 2 10/25/2023 10/24/2024 Option Year 3 10/25/2024 10/24/2025 Option Year 4 10/25/2025 10/24/2026 (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. Addendum: All offeror quotes for this solicitation must be received electronically through email no later than Wednesday, October 13th, 2021, 1:00 PM PST. Ensure to reference solicitation number 36C26221Q1271 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Any questions regarding this solicitation must be received electronically through email no later than Thursday, October 7th, 2021, 1:00 PM PST. Offers shall be sent by email to Samuel Han at Samuel.Han@va.gov. For additional support, contact Daniel Ruiz at Daniel.Ruiz@va.gov. Offerors shall submit the following via email: Completed Attachment A Schedule of Pricing. Offerors must fill out all unlocked fill-ins/tabs (define your fill-ins or tabs) of Attachment A conforming to requirements stated by the salient, technical, physical, functional, or performance characteristic and the instructions below. Tabs 1 5: Offerors shall complete column H for unit prices. Completed Attachment B Statement of Work Offerors must submit a completed Attachment B Statement of Work. Throughout Attachment B, there are several fill-ins and/or checkboxes that must be completed. We recommend that the entire solicitation and statement of work be read completely prior to filling out the solicitation. Section 4 Minimum Technical Capabilities/Requirements Offeror shall either provide information/evidence regarding how they meet the specified requirements in each green text box or, alternatively, may state where in the offeror s overall submission that information can be found. Sections 5 11 of Attachment B Statement of Work Offeror shall review each section and type in their company s name in the green text box to provide acknowledgement and agreement to the section. Cover Sheet Offerors must provide a cover sheet via email including the following information: Solicitation Number 36C26221Q1271 Company s name, address, point-of-contract, phone number, email address, and DUNS number (ix) 52.212-2 Evaluation -- Commercial Items (Oct 2014) (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: Lowest priced quotation that meets all salient, physical, functional, technical, or performance characteristics in Attachment B Statement of Work that is both responsive and responsible. Acceptability of services shall be established by review of each submitted quotation by the designated evaluator(s) and verification that offers meet all salient, physical, functional, technical, or performance characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling and convincing evidence that all salient, physical, functional, technical, or performance characteristics have been met (see Attachments A and B). (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 with a minimum of at least sixty days, 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) (x) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, with this solicitation or ensure SAM.gov is updated with current information. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. (xiii) The following clauses also apply: 52.217-6 - Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 10 Days not to exceed a 50% of any and all line items within Attachment A. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) 52.217-8 - Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of contract expiration. (End of clause) 52.217-9 - Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) 852.212-72 Gray Market and Counterfeit Items (Mar 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) 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 or by an intermediary distributor authorized by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) In addition, the following clauses shall also apply: 52.204-13 System for Award Management Maintenance Oct 2018 52.204-18 Commercial and Government Entity Code Maintenance Aug 2020 52.209-6 Protecting the government s interest when subcontracting with contractors debarred, suspended, or proposed for debarment Jun 2020 52.232-18 Availability of Funds Apr 1984 52.232-33 Payment by electronic funds transfer system for award management Oct 2018 52.232-40 Providing accelerated payments to small business subcontractors Dec 2013 52.233-1 Disputes May 2014 52.233-3 Protest after award Aug 1996 52.252-2 Clauses incorporated by reference Feb 1998 852.203-70 Commercial advertising May 2018 852.232-72 Electronic submission of payment requests Nov 2018 The full text of a clause may be accessed electronically at the following: http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following provisions shall also apply: 52.204-7 System for Award Management Oct 2018 52.204-16 Commercial and Government Entity Code Reporting Aug 2020 52.209-7 Information Regarding Responsibility Matters Oct 2018 52.217-5 Evaluation of Options Jul 1990 52.233-2 Service of Protest Sep 2006 852.233-70 Protest Content/Alternative Dispute Resolution Oct 2018 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference Jan 2008
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/042ac95719214e0a9160a32b1b2bddc3/view)
 
Place of Performance
Address: Department of Veterans Affairs Southern Arizona VA Health Care System Pathology and Laboratory Medicine Services 3601 S 6th Ave., Tucson, AZ 85723, USA
Zip Code: 85723
Country: USA
 
Record
SN06149646-F 20211003/211001230116 (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 |
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.