COMBINED SYNOPSIS/SOLICITATION
GENERAL INFORMATION:
Document Type:
Combined Synopsis/Solicitation
Solicitation Number:
36C24919Q0415
Posted Date:
07/25/2019
Response Date:
08/08/2019
Response Time:
8:00 AM Central
Set Aside:
Unrestricted
Product Code:
6630
NAICS Code:
334516
CONTRACTING OFFICE ADDRESS:
Department of Veterans Affairs
Network Contracting office 9 (NCO 9)
1639 Medical Center Parkway
Murfreesboro, TN 37129
DESCRIPTION:
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 are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 07/ 12/2019
The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000 employees.
NCO 9 is seeking to purchase Beckman Coulter reagents to be used in automated urinalysis testing equipment that is already in place at the Robley Rex Veterans Affairs Medical Center (Robley Rex VAMC).
All questions regarding this RFQ must be in writing and may be sent by e mail to
[email protected].
Questions must be received no later than 07/29/2019 at 3:00 P.M. Central. No further questions will be accepted after that date and time.
You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this procurement phase. All questions and concerns regarding this RFQ shall be directed to the above Contract Specialist.
SCHEDULE:
All interested parties shall provide a Brand Name quotation for the following:
The quantities are the estimated for a 12-month period.
Base Year: Period of Service October 1, 2019 September 30, 2020
CLIN #
Description
Unit
Annual Estimated Quantity
Base Period Unit Price
0001
Lamina (800-3236) 2/case
EA
48
ÃÂ
0002
UA Control/Focus Set (800-3104)
EA
20
ÃÂ
0003
Calibrator Pack (800-3103)
EA
4
ÃÂ
0004
System Cleaner (800-3203)
EA
4
ÃÂ
0005
Diluent (800-3202)
EA
4
ÃÂ
0006
Strips - iChem Velocity (800-7212)
EA
360
ÃÂ
0007
Velocity Wash Solution (800-7217) 2/case
EA
28
ÃÂ
0008
CA/CB/CC Set (800-7211)
EA
14
ÃÂ
0009
CalCheks (800-7703)
EA
4
ÃÂ
0010
IRIS SAMPLE Tubes (660-3021)
EA
28
ÃÂ
Total Estimated Contract Price (Base Year): $_________________
Option Year #1: Period of Service October 1, 2020 September 30, 2021
CLIN #
Description
Unit
Annual Estimated Quantity
Base Period Unit Price
1001
Lamina (800-3236) 2/case
EA
48
ÃÂ
1002
UA Control/Focus Set (800-3104)
EA
20
ÃÂ
1003
Calibrator Pack (800-3103)
EA
4
1004
System Cleaner (800-3203)
EA
4
ÃÂ
1005
Diluent (800-3202)
EA
4
ÃÂ
1006
Strips - iChem Velocity (800-7212)
EA
360
ÃÂ
1007
Velocity Wash Solution (800-7217) 2/case
EA
28
ÃÂ
1008
CA/CB/CC Set (800-7211)
EA
14
ÃÂ
1009
CalCheks (800-7703)
EA
4
ÃÂ
1010
IRIS SAMPLE Tubes (660-3021)
EA
28
ÃÂ
Total Estimated Contract Price (Option Year #1): $_________________
Option Year #2: Period of Service October 1, 2021 September 30, 2022
CLIN #
Description
Unit
Annual Estimated Quantity
Base Period Unit Price
2001
Lamina (800-3236) 2/case
EA
48
ÃÂ
2002
UA Control/Focus Set (800-3104)
EA
20
ÃÂ
2003
Calibrator Pack (800-3103)
EA
4
2004
System Cleaner (800-3203)
EA
4
ÃÂ
2005
Diluent (800-3202)
EA
4
ÃÂ
2006
Strips - iChem Velocity (800-7212)
EA
360
ÃÂ
2007
Velocity Wash Solution (800-7217) 2/case
EA
28
ÃÂ
2008
CA/CB/CC Set (800-7211)
EA
14
ÃÂ
2009
CalCheks (800-7703)
EA
4
ÃÂ
2010
IRIS SAMPLE Tubes (660-3021)
EA
28
ÃÂ
Total Estimated Contract Price (Option Year #2): $_________________
Option Year #3: Period of Service October 1, 2022 September 30, 2023
CLIN #
Description
Unit
Annual Estimated Quantity
Base Period Unit Price
3001
Lamina (800-3236) 2/case
EA
48
ÃÂ
3002
UA Control/Focus Set (800-3104)
EA
20
ÃÂ
3003
Calibrator Pack (800-3103)
EA
4
3004
System Cleaner (800-3203)
EA
4
ÃÂ
3005
Diluent (800-3202)
EA
4
ÃÂ
3006
Strips - iChem Velocity (800-7212)
EA
360
ÃÂ
3007
Velocity Wash Solution (800-7217) 2/case
EA
28
ÃÂ
3008
CA/CB/CC Set (800-7211)
EA
14
ÃÂ
3009
CalCheks (800-7703)
EA
4
ÃÂ
3010
IRIS SAMPLE Tubes (660-3021)
EA
28
ÃÂ
Total Estimated Contract Price (Option Year #3): $_________________
Option Year #4: Period of Service October 1, 2023 September 30, 2024
CLIN #
Description
Unit
Annual Estimated Quantity
Base Period Unit Price
4001
Lamina (800-3236) 2/case
EA
48
ÃÂ
4002
UA Control/Focus Set (800-3104)
EA
20
ÃÂ
4003
Calibrator Pack (800-3103)
EA
4
4004
System Cleaner (800-3203)
EA
4
ÃÂ
4005
Diluent (800-3202)
EA
4
ÃÂ
4006
Strips - iChem Velocity (800-7212)
EA
360
ÃÂ
4007
Velocity Wash Solution (800-7217) 2/case
EA
28
ÃÂ
4008
CA/CB/CC Set (800-7211)
EA
14
ÃÂ
4009
CalCheks (800-7703)
EA
4
ÃÂ
4010
IRIS SAMPLE Tubes (660-3021)
EA
28
ÃÂ
Total Estimated Contract Price (Option Year #4): $_________________
EVALUATION OF QUOTES:
Award shall be made to the vendor whose quotation offers the best value to the government, considering technical acceptability, past performance, and price. In accordance with FAR 13.106-2(b)(3), the government will evaluate information based on the Comparative Evaluation process, by comparing one quotation with another in a uniform and fair manner to determine which quote provides the government what it needs, where and when as identified herein. Once one quote is determined acceptable, that quote will then be compared side by side to the remaining quotes; the best quote will then be chosen.
QUOTE FORMAT AND SUBMISSION REQUIREMENTS:
Offerors shall provide only one quote. Quote should be emailed to
[email protected] NLT 08/08/2019 at 8:00 AM CST. Non-compliance with this requirement may result in disqualification of the quote.
All vendors must be registered and complete all entries in the System for Award Management (SAM) to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM
All Quote submissions must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award.
The government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Offeror shall list exception(s) and rationale for the exception(s).
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
CLAUSES/PROVISIONS:
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the
same force and effect as if they were given in full text.
The following clause apply to this acquisition:
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
FAR
Title
Date
52.204-10
REPORTING EXECUTIVE COMPENSATION AND FIRST TIER SUBCONTRACT AWARDS
OCT 2018
52.204-13
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
OCT 2018
52.204-18
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
JUL 2016
52.209-6
PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
OCT 2015
52.212-4
CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS
OCT 2018
52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS
OCT 2018
52.219-13
NOTICE OF SET-ASIDE ORDERS
NOV 2011
52.222-3
52.222-19
CONVICT LABOR
CHILD LABOR
JUN 2003
JAN 2018
52.222-36
EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES
JUL 2014
52.222-50
COMBATING TRAFFICKING IN PERSONS
MAR 2015
52.222-54
52.223-18
EMPLOYMENT ELIGIBILITY VERIFICATION
ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING
OCT 2015
AUG 2011
52.225-3
BUY AMERICAN-FREE TRADE AGREEMENTS
MAY 2014
52.225-13
RESTRICTIONS ON CERTAIN FOREIGN PURCHASES
JUN 2008
52-232-33
PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT
OCT 2018
52-232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013
52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
(End of Clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months.
(End of Clause)
52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984)
Funds are not presently available for performance under this contract beyond 9/30/2019. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 9/302019, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.
(End of Clause)
VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.
(End of Clause)
VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018)
The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per all CLIN s. Contracting Officer insert CLIN information]. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required.
(End of Clause)
VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)
(a) Definitions. As used in this clause
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the
Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of Clause)
VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
The contractor shall obtain all necessary licenses and/or permits required to perform this work.ÃÂ He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract.ÃÂ He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Kentucky.ÃÂ Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.
(End of Clause)
VAAR 852.246-71 REJECTED GOODS (OCT 2018)
(a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor.
(b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products.
(End of Clause)
The following provisions apply to this solicitation:
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/
FAR
Title
Date
52.204-7
SYSTEM FOR AWARD MANAGEMENT
OCT 2018
52.204-16
COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING
JULY 2016
52.212-1
INSTRUCTIONS TO OFFERORS
OCT 2018
52.217-5
EVALUATION OF OPTIONS
JULY 1990
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 2018)
The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision.
(b)
(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM.
(2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201). [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]
(End of Provision)
VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)
The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract.ÃÂ Such designation will be in writing and will define the scope and limitation of the designee s authority.ÃÂ A copy of the designation shall be furnished to the contractor.
(End of Provision)
Bid Protests Not Available