Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
DOCUMENT

65 -- Women's Clinical Histology Supplies - Attachment

Notice Date
12/7/2011
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Contracting Section;500 U.S. Hwy N;Prescott AZ 86313
 
ZIP Code
86313
 
Solicitation Number
VA25812Q0062
 
Response Due
12/21/2011
 
Archive Date
1/20/2012
 
Point of Contact
Kris Tanner
 
E-Mail Address
Contract Specialist
(kristin.tanner@va.gov)
 
Small Business Set-Aside
N/A
 
Description
CONBINED SYNOPSIS/SOLICATION FOR COMMERCIAL SUPPLIES This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and 13.5 Test Program for Certain 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 will not be issued. The solicitation is being issued as Request for Quote No. VA25-12-Q-0062. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. The North American Industrial Classification System (NAICS) code for the required supplies is 423450, with a business size standard of 100 employees. This combined synopsis/solicitation is unrestricted and all quotes received by 3:00 PM local time on December 21, 2011 will be considered by the Government. The Phoenix VA Health Care System requires the following BRAND NAME or EQUAL Items: CLIN 0000 Base Period - Date of Award through September 30, 2012 CLINDescriptionItem No Unit of MeasureMin QtyEst QtyMax QtyUnit PriceTotal Price 0001PreservCyt (50 Vial Pack)0234005Pack51118 0002Cytolyt (32az. 4 Pack)0236004Pack1310 0003NONGYN Filters (100 filter Pack)70205-001Pack3714 0004ThinPrep GYN Filters/Brush Spatula70096-003EA2412 Base Period Estimated Total$ Vendor shall use quantities listed in Est Qty Column when preparing Total Price. CLIN 1000 Option Year One (1) - October 1, 2012 through September 30, 2013 CLINDescriptionItem No Unit of MeasureMin QtyEst QtyMax QtyUnit PriceTotal Price 1001PreservCyt (50 Vial Pack)0234005Pack51118 1002Cytolyt (32az. 4 Pack)0236004Pack1310 1003NONGYN Filters (100 filter Pack)70205-001Pack3714 1004ThinPrep GYN Filters/Brush Spatula70096-003EA2412 Option Year One (1) Estimated Total$ Vendor shall use quantities listed in Est Qty Column when preparing Total Price. CLIN 2000 Option Year Two (2) - October 1, 2013 through September 30, 2014 CLINDescriptionItem No Unit of MeasureMin QtyEst QtyMax QtyUnit PriceTotal Price 2001PreservCyt (50 Vial Pack)0234005Pack51118 2002Cytolyt (32az. 4 Pack)0236004Pack1310 2003NONGYN Filters (100 filter Pack)70205-001Pack3714 2004ThinPrep GYN Filters/Brush Spatula70096-003EA2412 Option Year Two (2) Estimated Total$ Vendor shall use quantities listed in Est Qty Column when preparing Total Price. CLIN 3000 Option Year Three (3) - October 1, 2014 through September 30, 2015 CLINDescriptionItem No Unit of MeasureMin QtyEst QtyMax QtyUnit PriceTotal Price 3001PreservCyt (50 Vial Pack)0234005Pack51118 3002Cytolyt (32az. 4 Pack)0236004Pack1310 3003NONGYN Filters (100 filter Pack)70205-001Pack3714 3004ThinPrep GYN Filters/Brush Spatula70096-003EA2412 Option Year Three (3) Estimated Total$ Vendor shall use quantities listed in Est Qty Column when preparing Total Price. CLIN 4000 Option Year Four (4) - October 01, 2015 through September 30, 2016 CLINDescriptionItem No Unit of MeasureMin QtyEst QtyMax QtyUnit PriceTotal Price 4001PreservCyt (50 Vial Pack)0234005Pack51118 4002Cytolyt (32az. 4 Pack)0236004Pack1310 4003NONGYN Filters (100 filter Pack)70205-001Pack3714 4004ThinPrep GYN Filters/Brush Spatula70096-003EA2412 Option Year Four (4) Estimated Total$ Estimated Aggregate Total$ Vendor shall use quantities listed in Est Qty Column when preparing Total Price. In accordance with FAR Part 11.104 Brand Name or Equal items applies to all items of this procurement. The Item Numbers listed within the Schedule of Supplies are specific to Hologic, Inc. Vendors wishing to demonstrate the ability to provide an "equal" product shall furnish product literature with quote. Questions Submission: Interested Vendors must submit any questions concerning the solicitation by December 15, 2011 at 1:00 PM to ensure adequate time for Buyer's response. Questions must be submitted in writing, using email, to Kristin Tanner at kristin.tanner@va.gov. Any other form will not be considered, phone calls or faxed questions will not be accepted or answered. The Phoenix VA Health Care System (PVAHCS), Pathology and Laboratory Medicine Service, Histology Section uses ThinPrep Pap Test for the processing of pap smear slides. Orders will be place by an authorized PVAHCS employee(s) by fax or phone. Orders placed by phone or fax will be followed up with a confirmation email. Person's authorized to place order: A list of individuals authorized to place order will be indentified at time of award of contract. Delivery: Supplies shall be shipped FOB Destination and be received within two (2) weeks of receipt of order to: Phoenix VA Health Care System Pathology and Laboratory Medicine Service Attn: Histology Section 650 E. Indian School Rd Phoenix, AZ 85012 Packaging and marking, items must be adequately packaged to prevent damage during shipping handling, and storage. Outer packages shall contain the complete contract number, obligation number, and shipping address. A packing list/slip shall be enclosed with shipment and shall include contract number, delivery order number, items and quantity ordered, and items and quantity shipped. The following FAR Provisions apply to this procurement: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun, 2008) FAR 52.212-2, Evaluation - Commercial Items (Jan, 1999). Paragraph (a) Source Selection using Lowest Price Technically Acceptable (LPTA) (FAR 15.101-2) 1)This is a competitive Request for Quote (RFQ) that represents the best value to the Government conducted under FAR Part 15, Lowest Price Technically Acceptable (LPTA) source selection process. An Award will be made on the basis of the lowest price of quotes meeting or exceeding the acceptability standards for non-cost factors. 2)The Government will rank price quotes from lowest to highest, based on the total estimated cost (to include Options) of the quote. If the lowest priced quote receives an "Acceptable" Technical rating, then the evaluation process concludes and the Government will make preparations for contract award. If the lowest priced quote is not rated "Technically Acceptable", then the evaluation process continues until a technically acceptable quotes is determined. Technical Acceptability - to be technically acceptable, the quote must: I.Provide all of the required items listed above (in accordance with FAR 15.101-2(b)(1)): "If providing an "equal" product, comply with FAR Part 52.211-6 & VAAR 852.211-73, Brand Name or Equal. Technical capability and compatibility of the items offered to meet the Government's requirement. "Equal" product must meet all salient characteristics of the supplies to be considered technically acceptable. Product literature must be provided along with the quote to the following email kristin.tanner@va.gov. "The completed pricing information filled in the Price/Cost Schedule (pages 2 and 3). "Any exceptions to the RFQ, including the SOW/Specifications, the delivery schedule and the terms and conditions. Unless specifically stated in the quote, the offeror agrees to everything in the RFQ/Delivery Order. II.Demonstrate that the offeror can provide all of the items requested in the SOW/Specifications section. This may include specifications, pictures, brochures, relevant past performance information, maintenance information, allowance for expansions or upgrades and other information that may be applicable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011) The offeror must submit a completed copy of the provision at 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 http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.216-1 TYPE OF CONTRACT (APR 1984) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) 52.225-25 PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN--CERTIFICATION (SEP 2010) 52.233-2 SERVICE OF PROTEST (SEP 2006) The following VAAR Provisions apply to the procurement: 852.211-72 TECHNICAL INDUSTRY STANDARDS (JAN 2008) 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) The following FAR Clauses apply to this procurement: FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (JUN, 2010) 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: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) 52.219-8 Utilization of Small Business Concerns (JAN 2011) 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (SEP 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1 Buy American Act--Supplies (FEB 2009) 52.232-34 Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) 52.216-18 ORDERING (OCT 1995) 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $50.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor-- (1) Any order for a single item in excess of 5 per day; (2) Any order for a combination of items in excess of 15 per day; or (3) A series of orders from the same ordering office within three (3) days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. 52.216-22 INDEFINITE QUANTITY (OCT 1995) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) The following VAAR clauses are also applicable to this acquisition: 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) 852.211-73 BRAND NAME OR EQUAL (JAN 2008) 852.216-70 ESTIMATED QUANTITIES (APR 1984) 852.246-71 INSPECTION (JAN 2008) 852.273-76 ELECTRONIC INVOICE SUBMISSION (INTERIM - OCTOBER 2008) Vendors must submit all questions concerning this solicitation in writing to the Contract Specialist, Kristin Tanner by way of electronic mail (email) to kristin.tanner@va.gov. Questions must be received no later than 1:00 PM Local Time (AZ Time), December 15, 2011. Quotes are required to be received in the contracting office no later than 3:00 PM Local Time on December 21, 2011. All quotes must be emailed to Contract Specialist, Kristin Tanner at kristin.tanner@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAHCS649/VANAHCS649/VA25812Q0062/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-12-Q-0062 VA258-12-Q-0062_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=279486&FileName=VA258-12-Q-0062-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=279486&FileName=VA258-12-Q-0062-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Phoenix VA Health Care System;Pathology and Laboratory Medicine;650 E. Indian School Rd;Phoenix
Zip Code: 85012
 
Record
SN02635185-W 20111209/111207234550-31cbf8f3871081a512485a0ff7dcc2a5 (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.