Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2025 SAM #8531
SOLICITATION NOTICE

Q -- Gloved Fingertip-Thumb and Media Fill Testing Services

Notice Date
4/3/2025 1:54:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26125Q0409
 
Response Due
4/9/2025 3:30:00 PM
 
Archive Date
04/24/2025
 
Point of Contact
LaDonna Collins
 
E-Mail Address
ladonna.collins@va.gov
(ladonna.collins@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
Amendment 1: Posted Question and Answers. The Department of Veterans Affairs, Network Contracting Office is soliciting quotations from Service-Disabled Veteran Owned Small Businesses (SDVOSBs) total set-aside for Pharmacy Gloved Fingertip Testing, (GFT � MFT) services for the Sacramento VA Medical Center IAW the Statement of Work (SOW). Please review all attachments for this requirement. All solicitation questions shall be emailed to LaDonna Collins, Contracting Officer, e-mail: ladonna.collins@va.gov. Solicitation question(s) submission shall be received not later than 12:00pm PDT on April 02, 2025. Late submissions will not be accepted. All quotations and supporting documents shall be sent via email to LaDonna Collins, Contracting Officer, e-mail: ladonna.collins@va.gov. Submission shall be received not later than 3:30pm PDT on April 09, 2025. Late submissions will not be accepted. Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Governments timely receipt of their quote. 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 and technical statements/documents 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 priced Base Plus 4 Option Years service contract. Evaluation of Quotes: Basis of Award. This procurement is being conducted pursuant to FAR Part 12.301(c) procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and limitations of subcontracting will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers quote, conforming to the solicitation, whose quoted price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be reasonable. Price alone is not the sole evaluation factor. The following factors shall be used to evaluate offers: Technical Capability a. Demonstrated ability to meet the requirements outlined in the Performance Work Statement (PWS). b. Accreditation: Offeror must be an ISO/IEC 17025:2017 accredited laboratory under the Environmental Microbiology Lab Accreditation Program (EMLAP). c. Experience and qualifications of key personnel in microbiological analysis, including credentials of environmental microbiologists or technicians. d. Compliance with 2023 USP standards for Gloved Fingertip and Thumb (GFT) sampling, Media Fill Testing (MFT), and viable surface and air sampling. e. Proposed methodology for sample incubation, analysis, and reporting, including timeframes and accuracy measures. f. Quality control and assurance measures to maintain compliance with industry standards. g. Description of facilities and equipment used for sample processing. h. Offerors must demonstrate their ability to provide services at all required VA locations: Las Vegas, NV, Reno, NV, Palo Alto, CA, and San Francisco, CA. Proposals lacking a viable multi-site service plan may be deemed technically unacceptable. Past Performance a. Offeror�s record of past performance on contracts of similar size, scope, and complexity. b. Customer satisfaction based on references or Government past performance databases. c. Adherence to contract schedules and reporting requirements. d. Demonstrated ability to work with VA Medical Centers or other healthcare organizations. 3. Price - Will Be Evaluated for Reasonableness a. Fixed pricing for microbial identification per sample. b. Cost-effectiveness of proposed solution without compromising quality. c. Clarity and completeness of pricing structure. Technical and past performance, when combined, are approximately equal. The Government intends to evaluate quotes and technical documents to award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9d932d6f577c4ff4ba11ab2174a272ac/view)
 
Place of Performance
Address: Mather, CA 95655, USA
Zip Code: 95655
Country: USA
 
Record
SN07396533-F 20250405/250403230045 (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.