DOCUMENT
65 -- Cepheid Reagents for PCR Testing Intent to Sole Source Award to Cepheid - Attachment
- Notice Date
- 9/19/2014
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25914Q0754
- Response Due
- 9/26/2014
- Archive Date
- 10/26/2014
- Point of Contact
- Brian Ballard
- E-Mail Address
-
ment
- Small Business Set-Aside
- Total Small Business
- Description
- (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii)The solicitation number is: VA259-14-Q-0754, and it is issued as a request for quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74B/75. (iv)This synopsis is restricted with the intent to award sole source to Cepheid. NAICS: 334516. (v)Contract Line Items: Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1GXMTB/RIF-US-10 TB KITS 10PER KIT LOCAL STOCK NUMBER: GXMTB/RIF-US-103.00KT____________________________ 2GXCT/NG-10 CHLAMYDIA/GHONNORHEA TEST KIT 10 PER KIT LOCAL STOCK NUMBER: GXCT/NG-1020.00KT____________________________ 3GENEXPERT MRSA COLLECTION SWABS 50/PER BOX LOCAL STOCK NUMBER: 900-037061.00BX____________________________ 4GXMRSA-100N-10. KIT, MRSA GX, IVD 10PER KIT LOCAL STOCK NUMBER: GXMRSA-100N-10305.00KT____________________________ 5GXCDIFF/EPI-10. KIT, CDIFF/EPI,GX,IVD, 10-TEST LOCAL STOCK NUMBER: GXCDIFF/EPI-1020.00KT____________________________ 6C. DIFF PROCESSING SWABS SDPS-120 120/BOX LOCAL STOCK NUMBER: SDPS-1202.00BX______________________________ GRAND TOTAL_____________ (vi)Performance Specifications: DEPARTMENT OF VETERANS AFFAIRS Justification and Approval For Other Than Full and Open Competition 1.Contracting Activity: Department of Veterans Affairs, VISN 19, Cheyenne Medical Center. Purchase Request Number: 442-15-1-054-0007 U.S. Department of Veterans affairs Cheyenne VA Medical Center Contracting office 442, proposes to enter into a purchase on a basis other than full and open competition for Cepheid testing supplies for the VA Cheyenne Medical Center Laboratory. 2.Nature and/or Description of the Action Being Processed: This action is for a new contract request to sole source testing REAGENTS for PCR testing for the Gene expert MRSA and CDIFF. This test is to determine a patient's infection status very rapidly allowing for determination as to whether isolation procedures are needed. This is sole source because Cepheid is the only source that supplies the reagents for the systems already owned by the VA. This is the system used in VISN 19 and would allow us to borrow supplies from Denver in Emergencies. Estimated cost for annual NTE order service is [redacted]. 5 year option total = [redacted] 3.Description of Supplies/Services Required to Meet the Agency's Needs: This is for the purchase of reagents to operate the machine required to perform these tests. They are unique to this test system and not available from any other vendor. 4.Statutory Authority Permitting Other than Full and Open Competition: (X) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; ( ) (2) Unusual and Compelling Urgency per FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per FAR 6.302-3; ( ) (4) International Agreement per FAR 6.302-4 ( ) (5) Authorized or Required by Statute FAR 6.302-5; ( ) (6) National Security per FAR 6.302-6; ( ) (7) Public Interest per FAR 6.302-7; 5. Demonstration that the Contractor's Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): This is for the purchase of reagents to operate the machine required to perform these tests. They are unique to this test system and not available from any other vendor. Sole source testing REAGENTS for PCR testing for the Gene expert MRSA, CT/GC MTB and CDIFF. This test is to determine a patients infection status very rapidly allowing for determination as to whether isolation procedures are needed. This is sole source because we own the Cepheid machine and the reagent test cartridges are unique to the machine. The reagents cannot be used on other systems nor can other vendors supplies be used on the Cepheid. This test is used for this across the VA nationwide and to keep testing and results standard we need to use the same systems. This is the system used in VISN 19 and would allow us to borrow supplies from Denver in Emergencies FAR 6.301(c)). a. Only One Responsible Source (FAR 6.302-1) - This is for the purchase of reagents to operate the machine required to perform these tests. They are unique to this test system and not available from any other vendor. Sole source testing REAGENTS for PCR testing for the Gene expert MRSA, CT/GC MTB and CDIFF. This test is to determine a patients infection status very rapidly allowing for determination as to whether isolation procedures are needed. This is sole source because we own the Cepheid machine and the reagent test cartridges are unique to the machine. The reagents cannot be used on other systems nor can other vendors supplies be used on the Cepheid. This test is used for this across the VA nationwide and to keep testing and results standard we need to use the same systems. This is the system used in VISN 19 and would allow us to borrow supplies from Denver in Emergencies 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: None 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Annual purchase is [redacted] dollars for the reagents. Testing will be covered under the Lab budget and performed on the equipment we own. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Not conducted as we own this system and the supplies are specific to this instrument. They are a patented product. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: Vendor has proven record with the VA. Standardization of testing is very important so the results are the same from facility to facility. VA infection control is requiring PCR testing for these organisms. We own the system and no other vendor's reagents will work on this instrument. 10.Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: "See Section VI above." 11.A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: No other acquisitions are anticipated at this time. 12.Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief. [Signature Redacted] 13.Approvals in accordance with FAR 6.304 Contracting Officer's Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. [Signature Redacted] NCM/PCM (designee): I certify that the justification meets requirements for other than full and open competition. [Signature Redacted] (vii)Date and place of performance (FOB Destination): Please Deliver To: Cheyenne VA Medical Center 2360 East Pershing Blvd Cheyenne, WY 82001-5356 Delivery: Fed-Ex 2 Day (ARO) FOB Destination (viii)The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. (ix)The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (x)Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with the offer. (xi)The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xiii)Any additional contract requirements or terms and conditions: The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses are incorporated by reference: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, 52.232-34, 52.247-34, 852.203-70, 852.232-72, 852.246-71. 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 60 Days. 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 60 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 five (5) years and (6) months. (xiv)The Defense Priorities and Allocations System (DPAS) does not apply. (xv)Date and Time offers are due: Offers are due at 1400MST on 09/26/2014. (xvi)Name and telephone number of the individual to contact for information regarding the solicitation: Brian Ballard (Contract Specialist NCO19) 303-372-7078 brian.ballard@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914Q0754/listing.html)
- Document(s)
- Attachment
- File Name: VA259-14-Q-0754 VA259-14-Q-0754_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1643512&FileName=VA259-14-Q-0754-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1643512&FileName=VA259-14-Q-0754-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-14-Q-0754 VA259-14-Q-0754_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1643512&FileName=VA259-14-Q-0754-000.docx)
- Place of Performance
- Address: Cheyenne VA Medical Center;2360 East Pershing Blvd;Cheyenne, WY
- Zip Code: 82001-5356
- Zip Code: 82001-5356
- Record
- SN03520554-W 20140921/140919235734-9221214be5c560b2b630bff498adf1c9 (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 |