VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 4 of 4
Original Date: 10/12/17
Revision 01 Date: 01/08/18
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24419Q0679
Posted Date:
5/8/2019
Original Response Date:
5/14/2019 By 4:30 P.M.
Current Response Date:
5/14/2019 By 4:30 P.M.
Product or Service Code:
6640
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
339112
Contracting Office Address
Department of Veterans Affairs
Network Contracting Office (NCO) 4
1010 Delafield Road
Pittsburgh, PA 15215
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; quotes 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 2019-02 effective 5/6/2019.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 employees.
The Wilkes Barre VA Medical Center, 1111 East End Blvd, Wilkes Barre, Pennsylvania is seeking to purchase one (1) Thermo Scientific Gemini AS Slide Stainer.
All interested companies shall provide quotes for the following:
Supplies
The Wilkes Barre VAMC, Pathology & Laboratory Service has a requirement for one (1) Brand Name Thermo Scientific Gemini AS Slide Stainer that meets the following characteristics.
Salient Characteristics
Has a small footprint to maximize space
Must have 26 reagent stations allowing to load several different stain protocols at one time
Must have 5 drying ovens
Must be able to run both H&E and Papanicolaou as well as special stains simultaneously
Must have advanced software
Must have a reagent usage monitor to protect the stain quality.
Reagent usage monitoring must alert the operator when reagents need to be changed
Dual-level design with integrated power supply and color touch-screen. Operation through the use of the touch screen
Touch Screen must show the position and status of each reagent and each rack at a glance
Must group stain protocols into sets for each recall and loading of reagent layouts
Touch Screen must always have visible the position of each slide rack and its projected end time
Must automatically position reagents to optimize both quality and throughput
Must be able to run as many as 12 racks of slides at the same time
Must have LED lighting inside the stainer
Must have user definable load and unload doors
Must have an efficient fume extraction through a carbon filter
Must have at least a 40-minute battery back-up for the protection of slides
Must have password access only to protect the programmed protocols
Must have USB connection
Must come with at least 20 slide baskets
Must have Dual Voltage Certifications/ compliance meeting IEC61010
Size: 31 L x 28 w x 35 H
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
1.00
EA
__________________
__________________
SLIDE STAINER, AUTOMATED; THERMO SCIENTIFIC; GEMINI AS; HEATED.
LOCAL STOCK NUMBER: A81500001
GRAND TOTAL
__________________
Services
Delivery shall be provided within 30 days after receipt of the awarded purchase order. Delivery terms shall be FOB destination. The contractor shall deliver line item(s) to:
Wilkes Barre VAMC
Pathology and Laboratory Service
Attn: Sharon Ford, Laboratory Manager
1111 East End Blvd
Wilkes Barre, PA 18711
Award shall be made to the Quoter whose quote offers the best value to the government considering price and past performance. The government will evaluate quotes based on the following evaluation criteria: (1) price and (2) past performance.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (October 2018)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items [insert date of provision]
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.
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
The following clauses are included as addenda to 52.212-4
52.204-13 - SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) (By-Ref)
52.204-18 - COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) (By-Ref)
52.232-40 - PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (By-Ref)
852.203-70 - COMMERCIAL ADVERTISING (MAY 2018)
852.211-70 - EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018)
852.219-10 - VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016)(DEVIATION)
852.219-74 - LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
852.232-72 - ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)
852.246-71 - REJECTED GOODS (OCT 2018)
852.247-73 - PACKING FOR DOMESTIC SHIPMENT (OCT 2018)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2019)
The following subparagraphs of FAR 52.212-5 are applicable:
(4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note).
(22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)).
(26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126).
(27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
(30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
(33)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).
(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
(47)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
(ii) Alternate I (MAY 2014) of 52.225-3.
(49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332).
The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement.
All quoters shall submit their complete quote via email to
[email protected].
This is an open-market combined synopsis/solicitation for equipment as defined herein.ÃÂ ÃÂ The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 4:30 p.m., Tuesday, May 14, 2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Quotes shall be submitted via email to the Contracting Officer, Caroline L. Robinette, at the email address,
[email protected].
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Caroline L. Robinette, at
[email protected].
Bid Protests Not Available