SOLICITATION NOTICE
66 -- MOLECULAR DIAGNOSTIC INSTRUMENT ""BRAND NAME OR EQUAL TO HOLOGIC"" - IAW SOW AS SPECIFIED IN 2.6 - SALIENT FEATURES BALTIMORE VA MEDICAL CENTER (512) 10 NORTH GREENE STREET BALTIMORE, MD 21201
- Notice Date
- 3/24/2022 12:56:59 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0438
- Response Due
- 3/29/2022 12:00:00 PM
- Archive Date
- 05/28/2022
- Point of Contact
- Mohsin Abbas, Contract Specialist, Phone: 202-745-8000
- E-Mail Address
-
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24522Q0438 Posted Date: Thursday, March 24, 2022 Response Date: Tuesday, March 29, 2022 Product or Service Code: 6632 Set Aside: N/A Full & Open NAICS Code: 334516, Analytical Laboratory Instrument Manufacturing Contracting Office Address The Department of Veterans Affairs Network Contracting Office 5 10 North Greene Street Baltimore, MD 21201 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; quotations are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation. This solicitation is a request for quotations (RFQ). The government anticipates awarding a firm-fixed price purchase order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. This solicitation is 100 %, Full & Open. SDVOSB S Offerors must be verified in the Vendor Information Pages (VIP), https://www.vip.vetbiz.va.gov/, at the time of receipt of quotes and at the time of award. The Department of Veterans Affairs, Network Contracting Office 5, 10 North Greene Street Baltimore, MD 21201 is soliciting quotations from all vendors to provide Molecular Diagnostic Instrument at the VISN05 facility listed below. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. All interested companies shall provide quotation(s) for the following: (See Attachment 1). STATEMENT OF WORK MOLECULAR DIAGNOSTIC INSTRUMENT VA MARYLAND HEALTH CARE SYSTEM BALTIMORE, MD PURPOSE: The overall purpose of this requirement is to procure a molecular diagnostic instrument to be deployed VA Maryland Health Care System (VAMHCS), Baltimore, MD location. The Baltimore Laboratory Service is procuring this instrument to improve lab efficiency and improve the quality of patient care in the Women s Health Clinic as well as other areas of the hospital. The requirement will account for the procurement of the molecular diagnostic instrument, accessories, assembly, network integration and validation. SCOPE: The contractor shall deliver and install the system with all specified salient characteristics. Only new equipment will be accepted. The contractor shall provide shipping, transport, installation, and all equipment necessary to meet the requirements and capabilities listed within the scope. The assembly and validation of the system must be performed by a vendor service trained representative. The contractor is responsible for identifying any missing parts or components not included in the order for the molecular diagnostic instrument to be successfully installed and validated to its full potential. The contractor shall include accessories and consumables for initial deployment of the molecular diagnostic instrument. Contractor shall include accessories and consumables required to run the following tests: HPV, trichomonas, CT/NG and herpes. SALIENT CHARACTERISTICS: One (1) Molecular Diagnostic Instrument that is technically equivalent to: Manufacturer: Hologic Model: Panther Plus At a minimum, the device must be able conduct diagnostic testing for HPV, trichomonas, CT/NG and herpes. Contractor must provide all accessories and consumables required to run the tests listed above for 3 6 months. Instrument must provide at least 8 12 hours of continuous operation before human intervention is required and/or instrument is fully automatic to allow samples to be loaded at the end of the day and run labor free after hours. Programmable/automated maintenance to allow tasks to run without human intervention Instrument must have the ability to run multiple test orders from the same patient sample at the same time. Instrument must have the flexibility to allow STAT samples to be loaded at any time without disrupting instrument functionality. Instrument must integrate with VAMHCS existing Data Innovations (DI) system. The Contractor must provide any DI licensing required for this integration. IMPLEMENTATION AND INSTALLATION Installation and validation shall be included in the procurement cost and shall include but not limited to: Onsite walkthrough at least two weeks prior to installation to ensure the delivery location is ready to receive the equipment. Walkthrough participants must include Contractor, VAMHCS Biomedical Engineering, VAMHCS Path and Lab, VAMHCS Engineering, and the COR. If necessary, the contractor shall tie into the existing VAMHCS pipes and drains. All materials required to assemble the molecular diagnostic machine shall be provided by the contractor. Device network integration into Data Innovations. Contractor must use existing VAMHCS switches. Vendor provided switches will not be accepted by the VAMHCS. TRAINING The contractor shall provide onsite training for the VAMHCS staff. DELIVERY The contractor shall deliver necessary equipment to the Baltimore VA Warehouse. The contractor shall deliver equipment and all items required for installation only when the site is ready for installation to proceed. The Contractor must receive written notice from the VAMHCS indicating the facility is ready for delivery. The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR. Delivered materials will arrive in manufacturer s original sealed containers with the associated purchase order number listed on the outside of the box. The contractor shall conduct a joint inspection with the COR upon delivery of the equipment and shall provide the COR a list of missing or damaged items found upon inspection. The contractor shall remove all related shipping debris and packing from the VAMHCS facilities. SITE CONDITIONS There shall be no smoking on hospital property at any time. INSPECTION AND ACCEPTANCE The contractor shall conduct a joint inspection with the COR upon delivery equipment. The contractor shall provide the VA COR a list of missing and /or damaged items found upon inspection and have those items replaced at no cost to the Government. The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the VA Contracting Officer. DELIVERABLES Operation and Maintenance Manuals Deliver compilation of all manufacturers recommended maintenance schedules and operation materials packaged upon delivery. Manuals shall be made available in an electronic format. OPERATOR TRAINING Onsite education and training by a vendor service trained representative will be provided to VAMHCS clinical staff. The scheduling of operator training shall be coordinated with the VAMHCS clinical staff after delivery and installation. PROTECTION OF PROPERTY The contractor shall protect all items from damage. The contractor shall take precaution against damage to the building(s), grounds and furnishings. The contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). WARRANTY At a minimum, the molecular diagnostic instrument must include a 1-year warranty on all parts and labor at no cost to the Government. The warranty shall begin upon completion of validation testing. Warranty shall include onsite repairs and over the phone support. Contractor shall provide routine maintenance service program during warranty period. All repairs shall be performed by a vendor or contractor which has been certified by the vendor to perform the repairs. The warranty shall include all travel and shipping costs associated with any warranty repair Place of Performance: VISN05 Medical Center. VA Maryland Health Care System Baltimore VA Medical Center (512) 10 North Greene Street Baltimore, MD, 21201 Hours of Operation: The Baltimore VAMC requires the contractor to deliver within 90 days from the contract award to the VA medical facility warehouse above during normal business hours from 8:00AM to 3:30PM. (EST), Monday through Friday. Government Responsibilities: No Government Furnished Property (GFP) will be provided. The Government will provide access to areas and an escort when required by participating Medical Center policy. The Government will provide applicable VA Polices, Handbooks, Guides, Regulations and Medical Center Memorandums The Government will unilaterally award Task Orders to fund the required services for each facility. The Contract Specialist for this contract will be: Mohsin Abbas 202-745-8000 X54945 Mohsin.Abbas2@va.gov. The Government Point of Contact for this Requirements will be: VA POC: Carl Ostrowski Phone: 443-447-9688 Email: Carl.Ostrowski@va.gov. The VAPOC for this Task Orders will be: Medical Center Name Telephone Email Baltimore VAMC Carl Ostrowski 443-447-9688 Carl.Ostrowski@va.gov Attachment 1: Price Quote Contract Line-Item Number (CLIN) Table Attachment 2: Statement of Work Attachment 3: Gray Market Prevention Language Attachment 4: Solicitation Clauses and Provisions E. Price Schedule: The contractor must provide a price quote for each CLIN delineated in Attachment 1 to be considered for award. Must provide the authorized distributor letter if you are not the manufacturer. See Attachment 1: Price Quote Contract Line-Item Number (CLIN) Table F. Evaluation of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. 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. IAW SOW, as specified in 2.6 (Salient Features) & Price Specific quote requirements are detailed in attached FAR 52.212-1 Instructions to Offerors Commercial Items . Following receipt of quotes, the Government will perform an evaluation using a comparative evaluation of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the quote that best benefits the Government by fulfilling the requirement. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a product that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. G. Clauses and Provisions: The clauses and provisions for this solicitation are found in Attachment 4: Solicitation Clauses and Provisions. The Clauses and Provisions provide additional information regarding the requirements for quote submission and evaluation. See Attachment 4: Solicitation Clauses and Provisions The full text of FAR and VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html and http://www.va.gov/oal/library/vaar/index.asp. This is an open-market combined synopsis/solicitation for supplies as defined herein. The government intends to award firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Orders will then be placed against this contract. 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:"" Offeror shall list exception(s) and rationale for the exception(s). All quotations shall be sent via email to Mohsin Abbas, Contract Specialist, Mohsin.Abbas2 @va.gov . Submission shall be received no later than 3:00PM EST on March 29, 2022. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Government s timely receipt of their quote. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Mohsin Abbas, Mohsin.Abbas2@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8b1f022dfb0a49319e540d64d12e387d/view)
- Place of Performance
- Address: VA MARYLAND HEALTH CARE SYSTEM BALTIMORE VA MEDICAL CENTER (512) 10 NORTH GREENE STREET BALTIMORE, MD 21201, USA
- Country: USA
- Country: USA
- Record
- SN06278624-F 20220326/220324230112 (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 |