Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
DOCUMENT

66 -- Genetic Sequencing System - Attachment

Notice Date
9/14/2011
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 20 Acquisition;5115 NE 82nd AVE Suite 203;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26011RQ1601
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
See Attachment
 
E-Mail Address
Contract Specialist
(christopher.mccann@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-260-11-RQ-1601 Notice Type: Combined Synopsis/Solicitation Synopsis: Added: September 14th, 2011 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Under Statutory Authority 41 U.S.C. 253(c)(1) the Portland VA Medical Center (PVAMC) anticipates entering into a procurement for a Genetic Sequencing System. (ii) The reference/solicitation number is VA-260-11-RQ-1601 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ and http://www.va.gov/oamm/oa/ars/policyreg/vaar/, respectively. (iv) North American Industry Classification System (NAICS) code is 334516 (size standard of 500 employees) applies to this solicitation. (v) This requirement consists of (1) one each Illumina HiSeq 1000 Sequencing System. (2) one each Illumina cBot Cluster Generation System (3) one each Illumina Genome Analyzer Pipeline Analysis Server (vi) The provision at FAR 52.211-6 Brand Name or Equal applies to this requirement (brand name Illumina) (vii) Delivery and acceptance of deliverables will be FOB destination within 30 days of receipt of order to Seattle VA Medical Center, Warehouse 90D, 1660 S Columbian Way, Seattle, WA 98108-1597. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number, 52.209-7 Information Regarding Responsibility Matters, 52.216-1 Type of Contract, 52.233-2 Service of Protest, VAAR 852.233-70 Protest Content, 852.233-71 Alternate Protest Procedure, 852.236-76 Correspondence, and 852.237-70 Contractor Responsibilities. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation. The evaluation factors for award are price and technical capabilities (meeting salient characteristics) with price and technical capabilities being evaluated as equal. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from https://www.acquisition.gov/far/ or (2) complete the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ and reference it in your quote. (xi) The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101), 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a), 52.219-6 Notice of Total Small Business Set Aside (JUN 2003) (15 U.S.C. 644), 52.219-8 Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)) 52.219-28 Post Award Small Business Program Representations (APR 2009) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003) E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (MAR 2009) (E.O. 11246), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-50 Combating Trafficking in Persons, 52.225-1 Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d), 52.225-13 Restriction on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in Central Contractor Registration (CCR). CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) There are no applicable Numbered Notes that apply. (xvi) Anyone wishing to respond to this notice must show clear and convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing in to this office for consideration. RESPONSES ARE DUE Friday September 19, 2011, by 9:00 a.m. Pacific Daylight time. (xvii) Use electronic mail to submit quotations with a scanned electronic signature to christopher.mccann@va.gov. Telephone inquiries will not be accepted, please submit questions regarding this solicitation via email to christopher.mccann@va.gov. Contracting Office Address: Department of Veterans Affairs, VA NW Health Network-VISN 20, 5115 NE 82nd Ave., Suite 203, Vancouver WA 98662 Point of Contact(s): Christopher McCann, Contract Specialist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34e46aa7c58e2d1240583684428870e5)
 
Document(s)
Attachment
 
File Name: VA-260-11-RQ-1601 VA-260-11-RQ-1601.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255802&FileName=VA-260-11-RQ-1601-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255802&FileName=VA-260-11-RQ-1601-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02576892-W 20110916/110915000852-34e46aa7c58e2d1240583684428870e5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.