DOCUMENT
65 -- Triage BNP Panel Test Kits - Attachment
- Notice Date
- 9/17/2015
- Notice Type
- Attachment
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;Corporal Michael J. Crescenz VAMC;3900 Woodland Ave;Philadelphia PA 19104-4551
- ZIP Code
- 19104-4551
- Solicitation Number
- VA24415Q1486
- Response Due
- 9/21/2015
- Archive Date
- 10/21/2015
- Point of Contact
- Kecia M. Blackwell
- E-Mail Address
-
kecia.blackwell@va.gov
(kecia.blackwell@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective July 2, 2015. This combined synopsis/solicitation is being competed on a 100% Small Business set aside. This acquisition will be competed to the full extent required by regulation. The NAICS code that applies is 325413 and business size is 500 employees. REQUIREMENT FOR TRIAGE BNP PANEL TEST KITS - EXACT MATCH Ship 2 BNP kits per month for 12 months. Period of Performance 10/01/2015 - 09/30/2016 ** Customer may adjust volumes as patient workload requires. ** ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001TRIAGE BPN TEST KIT 25/PACK LOCAL STOCK NUMBER: 98000XR 24.00EA____________________________________ GRAND TOTAL__________________ Evaluations Evaluations will be based on lowest price, technically acceptable. They must include the exact specifications of the salient characteristics listed above (NO SUBSTITUTIONS). All responsible sources may submit a quote which shall be considered by the contracting officer. Commercial Items Terms and Conditions The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; 52.212-2, Evaluation Commercial Items, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-7, 52.204-10, 52.204-13, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-34 and 52.247-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following VAAR clauses are to be incorporated by reference: 852.203-70, Commercial Advertising; 852.232-72, Electronic Submission of Payment Requests; 852.246-71, Inspection; The full text of the referenced VAAR clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/. SAM Requirement This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. Equipment Condition Any Award Made as a Result of this Solicitation will be made on an All or Nothing Basis. All Items being solicited (Products and/or Receivables as appropriate) must be of New Manufacture; New Equipment ONLY. NO remanufactured or "gray market" items. All items must be covered by a one year or manufacturer's warranty. A.1 VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009) (a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors. (b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). (c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). (End of Provision) A.2 VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses or veteran-owned small businesses proposed as subcontractors in accordance with 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more service-disabled veteran-owned small businesses or veteran-owned small businesses for subcontract work of the same or similar value. (End of Clause) Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. All offers are due by 12:00 p.m. Eastern time September 21, 2015 by facsimile 215-823-6054 or by email to kecia.blackwell@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24415Q1486/listing.html)
- Document(s)
- Attachment
- File Name: VA244-15-Q-1486 VA244-15-Q-1486.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2322063&FileName=VA244-15-Q-1486-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2322063&FileName=VA244-15-Q-1486-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-15-Q-1486 VA244-15-Q-1486.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2322063&FileName=VA244-15-Q-1486-000.docx)
- Place of Performance
- Address: JAMES E. VAN ZANDT VAMC;2907 PLEASANT VALLEY BLVD;ALTOONA PA
- Zip Code: 16602-4305
- Zip Code: 16602-4305
- Record
- SN03892438-W 20150919/150918000909-e88b7be13a8b55f6bc88f7ad75edacf1 (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 |