DOCUMENT
Q -- 549-16-1-115-0013 UP Health Marquette Reference Lab Testing SVC FY16 - Attachment
- Notice Date
- 8/10/2015
- Notice Type
- Attachment
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
- ZIP Code
- 78229
- Solicitation Number
- VA25715Q1454
- Response Due
- 8/31/2015
- Archive Date
- 9/30/2015
- Point of Contact
- Susie Highfill
- E-Mail Address
-
laveeda.highfill@va.gov
(Laveeda.Highfill@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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) Solicitation number VA257-15-Q-1454 is issued as a request for quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. (iv) This solicitation is a 100% small business set-aside. (v) See attached schedule for the contract line item number(s), services, quantities, and options requested in this solicitation. (vi) This requirement is for cost per test for the Veterans Administration North Texas Health Care System. See the attached Statement of Work, and the schedule for the requirements for the services to be performed. (vii) The anticipated base Period of Performance for the services is 1 October 2015 through 30 September 2016 with four (4) option years. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition; see attached schedule regarding the addenda to the provision. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Offers will be evaluated as acceptable, acceptable with minor revisions or unacceptable for technical capability, and then those proposals found technically acceptable will be evaluated by price as lowest priced, technically acceptable. (x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if the representations entered in the System for Award Management (SAM) needs to be revised for the proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to the included clause state that clauses that are incorporated by reference have the same effect as if they were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached schedule regarding the additional FAR clauses cited within the clause that are applicable to this acquisition. (xiii) This acquisition includes additional contract requirements. See attached Statement of Work for the terms and conditions of the requirement. Other additional submission requirements are: (a)Offers are to include evidence of insurance with their offer. (b)Offerors are to provide complete pricing in the attached schedule and provide it with their proposal. (c)It is requested that all questions regarding this acquisition be asked by 19 August 2015, by 1:00 PM CST. Questions must be in writing and are to be submitted to the POC by email at laveeda.highfill@va.gov. (d)A site visit is not scheduled for this solicitation. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 31 August 2015 by 5:00 PM CST. (xvi) Offers are to be submitted to Susie Highfill (Contractor) by email at laveeda.highfill@va.gov. Small businesses, especially veteran-owned and service-disabled veteran-owned small businesses are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website for the nearest PTAC is http://www.sellingtothegovernment.net/ Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 5MB. Multiple emails can be sent to the POC for a proposal. It is recommended that a confirmation request be included in the email for the POC to acknowledge that all (parts) of the proposal have been received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25715Q1454/listing.html)
- Document(s)
- Attachment
- File Name: VA257-15-Q-1454 VA257-15-Q-1454_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2242662&FileName=VA257-15-Q-1454-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2242662&FileName=VA257-15-Q-1454-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA257-15-Q-1454 VA257-15-Q-1454_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2242662&FileName=VA257-15-Q-1454-000.docx)
- Place of Performance
- Address: Dallas VA Medical Center;4500 S Lancaster Road;Dallas, TX
- Zip Code: 75216
- Zip Code: 75216
- Record
- SN03831145-W 20150812/150810235420-9354cd9c4656f1516063a35e8ff1cd30 (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 |