COMBINED SYNOPSIS/SOLICITATION
PROVIDE PATHOGEN IDENTIFICATION SYSTEMS BRAND NAME OR EQUAL TO BIOFIRE FILMARRRAY .
(I) 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; proposals are being requested and a written solicitation will not be issued. This acquisition is Set-Aside for Small Business Concerns. All Small Businesses submitting an offer must be registered on https://www.sam.gov. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ).
(II) This solicitation is issued as a Request For Proposal (RFP). Submit written proposals on RFP Number VA246-14-R-0958.
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73.
(IV) This procurement restricted to Small Business Concerns. The associated NAICS code is 334516. The small business size standard is 500 employees.
(V) This combined solicitation/synopsis is for purchase of the following commercial items:
1. Brand Name or Equal to QTY 2 EACH
BIOFIRE FilmArray
Blood Culture ID Panel
Manufacturer Name:
Brand:
Product No.:
2. Brand Name or Equal to QTY 25 EACH
BIOCARE Panel IVD
30 Pouch Kit
Processor
Manufacturer Name:
Brand:
Product No.:
3. Extended (1) Year Warranty QTY 2 EACH
Following First Year
Salient Characteristics:
- System must be capable of deoxyribonucleic acid (DNA)/ ribonucleic acid (RNA) extraction, nucleic acid purification, highly multiplexed polymerase ( PCR), AND can generate, detect, and analyze PCR melting curves on a single instrument in an hour.
- Capable of simultaneous detection of Gram negative, gram positive, yeast, and antibiotic resistance markers at the same time, in one run from positive blood cultures.
-Operating System shall be windows based software capable of reading bar codes.
- Blood Culture Identification pouches contain two internal controls, including a process control and a PCR II control, provided automatically with each sample run.
- System shall be closed to aide in reducing contamination risks.
- Software must automatically generate printable results in a single report.
-Capable of simultaneous detection of 27 different targets detailing the following:
Gram + Bacteria
Enterococcus
Listeria monocytogenes
Staphylococcus
Staphylococcus aureus
Streptococcus
Streptococcus agalactiae
Streptococcus pyogenes
Streptococcus pneumoniae
Gram - Bacteria
Acinetobacter baumannii
Haemophilus influenzae
Neisseria meningitidis
Pseudomonas aeruginosa
Enterobacteriaceae
Enterobacter cloacae complex
Escherichia coli
Klebsiella oxytoca
Klebsiella pneumoniae
Proteus
Serratia marcescens
Yeast
Candida albicans
Candida glabrata
Candida krusei
Candida parapsilosis
Candida tropicalis
Antibiotic Resistance
mecA - methicillin resistant
vanA/B - vancomycin resistant
KPC - carbapenem resistant
Training/Inservice (Applications):
- Vendor shall provide operating manual, electronically and hardcopy.
Other:
- Provide documentation of government facilities where this equipment is already in use. Identify references with points of contacts and telephone numbers.
(VII) Required delivery 30 days ARO. Place of delivery is Durham VA Medical Center, 508 Fulton Street, Durham, NC 27705. Delivery shall be FOB Destination to Durham, NC.
(VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun, 2008), applies to this acquisition.
(IX) Evaluation - This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 15.101-2, and as supplemented by agency procedures using the Lowest Price Technically Acceptable source selection process. Technical ability will be evaluated as either Acceptable/Unacceptable, Pass/Fail, or Go/No-Go. Tradeoffs are not permitted.
(X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision.
(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun, 2010), 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 (Apr, 2011) applies to this acquisition. The following clauses under subparagraph (b) apply:
(14) 52.219-6, Notice of Total Small Business Set-Aside (Nov, 2011)
(30) 52.225-1, Buy American Act-Supplies (Feb, 2009) (41 U.S.C. 10a-10d).
(33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.211-6 Brand Name or Equal (Aug 1999)
(XIII) The following VAAR clauses are also applicable to this acquisition:
852.203-70 Commercial Advertising (Jan,2008)
852.211-70 Service data Manuals (Nov, 1984)
852.232-72 Electronic Submission of Payment Requests (NOV 2102)
852.246-70 Guarantee (Jan, 2008)
852.466-71 Inspection (Jan, 2008)
(XlV) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist. Questions must be received no later than 12:00 PM, July 22, 2014.
(XV) Quotes are required to be received in the contracting office no later than 12:00 P.M. EST on
12:00 PM, July 22, 2014. All quotes must be emailed to the attention of Darryl T. Person, email address is
[email protected].
Bid Protests Not Available