SOLICITATION NOTICE
65 -- Automated iFOBT Analyzer Cost-Per-Test Program
- Notice Date
- 6/24/2022 7:39:27 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
- 36C25722Q0726
- Response Due
- 7/21/2022 2:00:00 PM
- Archive Date
- 08/06/2022
- Point of Contact
- Vance Farrell, Contract Specialist, Phone: 2106946379
- E-Mail Address
-
vance.farrell@va.gov
(vance.farrell@va.gov)
- Awardee
- null
- 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 36C25722Q0726 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 2022-06. (iv) This solicitation is issued as unrestricted, full and open competition, with the associated NAICS code of 334516, which has a small business size standard of 1000 employees. (v) See attached price/cost schedule for the contract line item number(s), quantities, and options requested in this solicitation. (vi) This requirement is for providing an automated iFOBT analyzer Cost-Per-Test (CPT) program at the Central Texas Veterans Health Care System, Temple, TX. See attached Statement of Work for a description of the services that are to be provided. (vii) The anticipated base Period of Performance for the requirement is 1 October 2022 through 30 September 2023. (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. Evaluation factors for the solicitation are Technical Capability, Past Performance and Price. Technical Capability and Past Performance, when combined, are significantly more important than Price. Evaluation of Offers will be conducted by comparative evaluation of offers. Technical capability will be evaluated based on the specifications and capabilities of the proposed instrument to the specifications of the requested instrument identified in the solicitation. See solicitation provisions 52.211-6, Brand Name or Equal, 52.214-21, Descriptive Literature and VAAR provision 852-212-71, Gray Market Items. Instruments that do not meet or exceed the testing capabilities of the requested instrument will be assessed as not capable. The government will evaluate Past Performance by a review of records found in government past performance systems and may evaluate other past performance records found for the offeror. Price will be evaluated as that which meets the governments needs to determine price as fair and reasonable. (x) Offerors who 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. (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: This solicitation includes FAR clause 52.232-18, Availability of Funds. Funding is currently not available for this requirement. The government anticipates funds availability in the new fiscal year, on or after 1 October. Offerors agree to a period of acceptance of offers through 5 October 2022. Offerors should complete the contractor information, page 1 of the SF1449; block 12, discount terms, if applicable; blocks 17, contractor information; and blocks 30, Offeror/Contractor printed name, title, and signature. Offerors are to provide pricing with their offer. Offerors may complete the price/cost schedule in the SF1449 or may provide pricing in their own format (MS Word, Excel or PDF document). The government intends to award a firm-fixed price BPA from this solicitation. This solicitation includes FAR provisions 52.211-6, Brand Name or Equal, and 52.214-21, Descriptive Literature. Offerors must include a description of the proposed instrument with their offer. If an analyzer Equal to the requested item is proposed, the offer must include descriptive literature that describes the specifications and capabilities of the instrument. This solicitation includes VAAR clause 852.212-71, Gray Market Items. Only new OEM medical equipment will be considered. This solicitation includes VAAR clause 852.219-78, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. Offerors must complete the attached clause and submit a signed/certified copy with their offer. This solicitation includes FAR provision 52.237-1, Site Visit. A formal site visit has not been scheduled during the solicitation. It is the responsibility of the offeror to understand the site conditions prior to making an offer. An informal site visit may be considered by submitting a written request to the solicitation Point of Contact. Site visit request must include a requested date, time and the number of individuals attending the site visit. All questions asked during a site visit must be submitted in writing to the solicitation Point of Contact. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 21 July 2022, by 4:00 PM CST. Offers must submitted by email to Vance Farrell at vance.farrell@va.gov. Due to email constraints by the VA, it is requested that emails sent to the POC be no larger than 8MB. Do NOT submit offers in the form of ZIP files; VA servers typically do not transfer all of the contents of ZIP files. (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. It is requested that all questions be submitted no later than 8 July 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/169a447c549941a1b805982574a4b5f3/view)
- Place of Performance
- Address: Central Texas Veterans Health Care System Pathology & Laboratory Medicine Service 1901 Veterans Memorial Dr., Temple, TX 76504-7451, USA
- Zip Code: 76504-7451
- Country: USA
- Zip Code: 76504-7451
- Record
- SN06368962-F 20220626/220624230101 (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 |