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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective July 2, 2015.
This combined synopsis/solicitation is being competed on a 100% Small Business set aside. This acquisition will be competed to the full extent required by regulation. The NAICS code that applies is 325413 and business size is 500 employees.
Reagent Requirements - EXACT MATCH
Period of Performance 10/01/2015 - 09/30/2016
**REAGENTS WILL BE ORDERED AS NECESSARY**
CLIN CATALOG NUMBER PRODUCT
1 760-2601 Actin
2 760-4605 Androgen receptor
3 860-027 AFB III KIT
4 760-2603 AFP
5 790-2918 ALK-1
6 760-080 Amplification Kit
7 790-4464 BCL-2
8 760-4241 BCL-6
9 760-2037 Bluing Agent
10 760-2609 CA 19-9
11 790-4467 Calretinin
12 950-124 CC1
13 950-123 CC2
14 790-4341 CD 3
15 790-4423 CD 4
16 790-4451 CD 5
17 790-4558 CD 7
18 790-4460 CD 8
19 760-2504 CD 15
20 760-2531 CD 20
21 760-4245 CD 21
22 790-4408 CD 23
23 790-2926 CD 30
24 760-4378 CD 31
25 790-2927 CD 34
26 760-2505 CD 45 (LCA)
27 790-4465 CD 56
28 790-2931 CD 68
29 790-4452 CD 99
30 760-2507 CEA
31 760-2519 Chromogranin A
32 790-4554 CK5/6
33 790-4462 CK7
34 790-4431 CK 20
35 860-026 Congo Red Staining Kit
36 790-4508 Cyclin D1
37 760-4395 D2-40 (PODOPLANIN)
38 760-2513 Desmin
39 860-004 Diastase
40 790-4463 EMA
41 760-4383 EP-CAM (BER-EP4)
42 950-102 EZ prep
43 760-2642 Factor VIII
44 760-4384 Factor XIII A
45 760-2699 FITC albumin
46 760-2688 FITC C 1Q
47 760-2686 FITC C3
48 760-2687 FITC C4
49 760-2685 FITC Fibrinogen
50 760-2681 FITC IgA
51 760-2680 FITC IgG
52 760-2682 FITC IgM
53 760-4345 GFAP
54 790-4564 GLYPICAN 3
55 860-028 GMS II Kit
56 790-1014 H. pylori
57 760-2021 Hematoxylin
58 790-4366 HMB 45
59 760-4260 HHV 8
60 760-4350 HSA
61 790-4373 Anti-Keratin(34BE12)
62 760-1209 Inform EBER
63 760-1201 Kappa DNP Probe (495-524)
64 760-1202 Kappa DNP Probe (538-567)
65 760-1203 Kappa DNP Probe (597-626)
66 760-1204 Kappa DNP Probe (637-666)
67 790-4286 KI-67
68 760-1205 Lambda DNP Probe (664-693)
69 760-1206 Lambda DNP Probe (704-733)
70 760-1207 Lambda DNP Probe (768-797)
71 760-1208 Lambda DNP Probe (826-855)
72 243-4369 ISH dispenser 1
73 243-4370 ISH dispenser 2
74 243-4399 ISH dispenser 3
75 243-4400 ISH dispenser 4
76 860-009 Iron stain
77 760-097 ISH I-View Detection Kit
78 780-4148 ISH protease 2
79 860-019 Jones stain Kit
80 790-2990 MART-1 Melanin A
81 650-010 LCS (high temp)LCS
82 790-4535 MLH-1
83 760-4265 MSH-2
84 860-011 Mucicarmine Kit
85 790-4561 MOC 31
86 760-4529 MUM 1
87 760-2659 Myeloperoxidase
88 760-4446 NAPSIN A
89 760-4392 4-Oct
90 790-2912 P 53
91 790-4509 P 63
92 760-2595 Pan Keratin(AE1/AE3)
93 790-4420 PAX 5
94 860-014 PAS staining Kit
95 760-2018 Protease 1
96 760-2506 PSA
97 760-4273 RCC
98 950-300 Reaction buffer (10X)
99 780-2218 Red Stain II
100 860-024 Reticulum Stain Kit
101 860-015 Special stain wash(10x)
102 950-110 SSC (10X)
103 860-025 Steiner Cleaning Kit
104 860-018 Steiner Stain Kit
105 790-4407 Synaptophysin
106 760-2671 Thyroglobulin
107 1632900 Transfer Ribbon
108 860-023 Trichrome III Green Kit
109 790-4398 TTF-1
110 790-4365 Tyrosinase
111 650-210 Ultra LCS
112 950-224 Ultra CC1
113 950-223 Ultra CC2
114 760-500 Ultraview DAB Kit
115 760-501 Ultraview RED Kit
116 790-2917 Vimentin
117 860-005 ELASTIC STAIN KIT (VVG)
118 760-4397 WT-1
119 860-035 Special stain wash
120 860-034 Special stain LCS
121 860-036 Special stain Depar
122 860-016 Cleaning Kit
123 860-037 Special Stain Clean Plus
124 860-030 Steiner II
125 860-023 Trichrome Green
126 860-031 Trichrome Blue
127 1418702 EBAR Labels
Evaluations
Evaluations will be based on lowest price, technically acceptable. They must include the exact specifications of the salient characteristics listed above (NO SUBSTITUTIONS). All responsible sources may submit a quote which shall be considered by the contracting officer.
Commercial Items Terms and Conditions
The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; 52.212-2, Evaluation Commercial Items, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-7, 52.204-10, 52.204-13, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-34 and 52.247-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following VAAR clauses are to be incorporated by reference: 852.203-70, Commercial Advertising; 852.232-72, Electronic Submission of Payment Requests; 852.246-71, Inspection; The full text of the referenced VAAR clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/.
SAM Requirement
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.
Equipment Condition
Any Award Made as a Result of this Solicitation will be made on an All or Nothing Basis. All Items being solicited (Products and/or Receivables as appropriate) must be of New Manufacture; New Equipment ONLY. NO remanufactured or "gray market" items. All items must be covered by a one year or manufacturer's warranty.
A.1 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009)
(a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors.
(b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov).
(c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov).
(End of Provision)
A.2 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009)
The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value.
(End of Clause)
Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply.
All offers are due by 12:00 p.m. Eastern time September 21, 2015 by facsimile 215-823-6054 or by email to
[email protected] .
End of Document
Bid Protests Not Available