SOLICITATION NOTICE
Q -- COVID-19 & FLU Testing Services
- Notice Date
- 4/24/2023 6:30:38 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25723R0035
- Response Due
- 5/8/2023 1:00:00 PM
- Archive Date
- 05/26/2023
- Point of Contact
- Vance Farrell, Contract Specialist, Phone: 2106946379
- E-Mail Address
-
vance.farrell@va.gov
(vance.farrell@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial services 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 36C25723R0035 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. (iv) This solicitation is issued as a Small Business set-aside, with the associated NAICS code of 621511, which has a small business size standard of $41.5M. (v) Requested services; see attached Statement of Work for the contractor qualifications, description of the required services and the price/cost schedule (SF1449) for the contract line item number(s), quantities, and options requested in this solicitation. (vi) This requirement is for providing COVID-19/Flu Test services for the South Texas Veterans Health Care System (STVHCS), San Antonio, TX. The contractor is to provide a collection facility within Bexar County, Texas, for the services that are to be provided. (vii) The anticipated base Period of Performance for the requirement is 1 June 2023 through 31 May 2024. (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, Past Performance, Price and SDVOSB and VOSB Evaluation. Technical and Past Performance, when combined, are significantly more important than Price. The source selection process for the evaluation of the proposals is the best value continuum, where the government will consider the use of tradeoffs to obtain the best value. Technical will be assessed as the offeror s ability, as reflected in its proposal, to satisfy the government s requirements. Technical will be assessed with combined technical/risk ratings. The offeror s technical ability to meet the requirements include technical capability, personnel qualifications, facilities and management approach. Past performance will be assessed with separate relevancy ratings and confidence ratings assessments. The government will evaluate past performance by a review of the offeror s current and/or past performance references provided with the proposal, and in the records found in government past performance systems found for the offeror. Price analysis will be conducted to determine if the offeror s proposed price is fair and reasonable. Offerors who propose subcontracting with eligible SDVOSBs will receive full credit and offerors who propose subcontracting eligible VOSBs will receive partial credit. (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: 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 test quantities in the price/cost schedule are estimated annual quantities. The government is only obligated for the quantities that are scheduled and performed. See Exhibit A, Historical Data, for past performance quantity data. The government intends to award a firm-fixed price contract from this solicitation. Offeror shall provide copies of all professional certifications, licensures and renewal certifications, to include the contractor laboratory s Laboratory Director(s) and/or Medical Director. (Statement of Work, Page 4) [Professional Staff Curricula Vitae, Technical Staff Competency Skills Assessment, Technical and Courier Staff shipping and handling of laboratory specimens/Hazardous Materials training and assessment, and CAP and other proficiency exam participation for the past two (2) years]. Offeror shall provide documentation of EAU (Emergency Use Authorization), or equivalent, from the FDA for RT-PCR SARS-CoV-2 testing. (Statement of Work, Page 1) Offeror is to submit a Performance Improvement (PI) plan with their proposal. (Statement of Work, Page 3) Offeror submission may include the current year performance improvement monitors that include, and not limited to, demonstration of number of lost/damaged specimens, number of cancelled specimens, delays in turnaround times (i.e., due to lack of staffing, lack of the availability of reagents, instrumentation issues, etc.), resolution of complaints, error in reporting results and courier route delays/cancellations. Offeror is to submit a Quality Assurance plan with their proposal. (Statement of Work, Page 4) Offeror is to submit an implementation plan with their proposal. (Statement of Work, Page 9) The implementation plan should minimally address client service support, telecommunications, courier/logistics, ordering, supplies, specimen processing services, reporting, interface connectivity and validation, quality assurance and billing. Offeror shall provide a description of the location (i.e., address) of their proposed collection site. Offeror is to provide at least three (3) current and/or past performance references. References should be relevant to the proposed services and include a point of contact name and phone number for the reference. This solicitation includes FAR clause 52.219-14, Limitations on Subcontracting. Offeror shall complete the attachment, certification, within the solicitation and provide a signed copy with their proposal. This solicitation includes FAR clause 52.222-49, Service Contract Labor Standards-Place of Performance Unknown. Offeror shall identify the location of the proposed laboratory with their proposal. The applicable wage determination of the successful offeror will be incorporated into the award without revision to the proposed prices. This solicitation includes FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Offeror must have completed this representation in the System for Award Management (SAM) [https://sam.gov/content/home] prior to the response date. This solicitation includes FAR provision 52.209-7, Information Regarding Responsibility Matters. Offeror must have completed this representation in SAM prior to the response date. This solicitation includes FAR provision 52.237-1, Site Visit. A formal site visit is not scheduled during the solicitation. It is the responsibility of the offeror to understand the STVHCS site conditions prior to making an offer. The exhibits included in this solicitation are for informational purposes; however, may be required for submission by the apparent successful offeror after contract award. The submission of any of the exhibits included in the solicitation is not required with the offeror s proposal. Failure to provide all of the submission requirements may determine the offerors proposal to be non-responsive to the solicitation. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 8 May 2023, by 3:00 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 10MB. Do NOT submit offers in the form of ZIP files; VA servers typically do not transfer all of the contents of ZIP files. If needed, submit the proposal content in multiple emails. (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 1 May 2023.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0ddfa0abf3e94303bea189c95266d74c/view)
- Place of Performance
- Address: Contractor Facility - For: South Texas Veterans Health Care System Pathology & Laboratory Medicine Service 7400 Merton Minter, San Antonio, TX 78229-4404, USA
- Zip Code: 78229-4404
- Country: USA
- Zip Code: 78229-4404
- Record
- SN06660000-F 20230426/230424230113 (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 |