Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
DOCUMENT

65 -- 646-16-1-080-0003 Lab Reagents - 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
 
Solicitation Number
VA24415Q1521
 
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. Reagent Requirements - EXACT MATCH Period of Performance 10/01/2015 - 09/30/2016 **REAGENTS WILL BE ORDERED AS NECESSARY** CLINCATALOG NUMBERPRODUCT 1760-2601Actin 2760-4605Androgen receptor 3860-027AFB III KIT 4760-2603AFP 5790-2918ALK-1 6760-080Amplification Kit 7790-4464BCL-2 8760-4241BCL-6 9760-2037Bluing Agent 10760-2609CA 19-9 11790-4467Calretinin 12950-124CC1 13950-123CC2 14790-4341CD 3 15790-4423CD 4 16790-4451CD 5 17790-4558CD 7 18790-4460CD 8 19760-2504CD 15 20760-2531CD 20 21760-4245CD 21 22790-4408CD 23 23790-2926CD 30 24760-4378CD 31 25790-2927CD 34 26760-2505CD 45 (LCA) 27790-4465CD 56 28790-2931CD 68 29790-4452CD 99 30760-2507CEA 31760-2519Chromogranin A 32790-4554CK5/6 33790-4462CK7 34790-4431CK 20 35860-026Congo Red Staining Kit 36790-4508Cyclin D1 37760-4395D2-40 (PODOPLANIN) 38760-2513Desmin 39860-004Diastase 40790-4463EMA 41760-4383EP-CAM (BER-EP4) 42950-102EZ prep 43760-2642Factor VIII 44760-4384Factor XIII A 45760-2699FITC albumin 46760-2688FITC C 1Q 47760-2686FITC C3 48760-2687FITC C4 49760-2685FITC Fibrinogen 50760-2681FITC IgA 51760-2680FITC IgG 52760-2682FITC IgM 53760-4345GFAP 54790-4564GLYPICAN 3 55860-028GMS II Kit 56790-1014H. pylori 57760-2021Hematoxylin 58790-4366HMB 45 59760-4260HHV 8 60760-4350HSA 61790-4373Anti-Keratin(34BE12) 62760-1209Inform EBER 63760-1201Kappa DNP Probe (495-524) 64760-1202Kappa DNP Probe (538-567) 65760-1203Kappa DNP Probe (597-626) 66760-1204Kappa DNP Probe (637-666) 67790-4286KI-67 68760-1205Lambda DNP Probe (664-693) 69760-1206Lambda DNP Probe (704-733) 70760-1207Lambda DNP Probe (768-797) 71760-1208Lambda DNP Probe (826-855) 72243-4369ISH dispenser 1 73243-4370ISH dispenser 2 74243-4399ISH dispenser 3 75243-4400ISH dispenser 4 76860-009Iron stain 77760-097ISH I-View Detection Kit 78780-4148ISH protease 2 79860-019Jones stain Kit 80790-2990MART-1 Melanin A 81650-010LCS (high temp)LCS 82790-4535MLH-1 83760-4265MSH-2 84860-011Mucicarmine Kit 85790-4561MOC 31 86760-4529MUM 1 87760-2659Myeloperoxidase 88760-4446NAPSIN A 89760-43924-Oct 90790-2912P 53 91790-4509P 63 92760-2595Pan Keratin(AE1/AE3) 93790-4420PAX 5 94860-014PAS staining Kit 95760-2018Protease 1 96760-2506PSA 97760-4273RCC 98950-300Reaction buffer (10X) 99780-2218Red Stain II 100860-024Reticulum Stain Kit 101860-015Special stain wash(10x) 102950-110SSC (10X) 103860-025Steiner Cleaning Kit 104860-018Steiner Stain Kit 105790-4407Synaptophysin 106760-2671Thyroglobulin 1071632900Transfer Ribbon 108860-023Trichrome III Green Kit 109790-4398TTF-1 110790-4365Tyrosinase 111650-210Ultra LCS 112950-224Ultra CC1 113950-223Ultra CC2 114760-500Ultraview DAB Kit 115760-501Ultraview RED Kit 116790-2917Vimentin 117860-005ELASTIC STAIN KIT (VVG) 118760-4397WT-1 119860-035Special stain wash 120860-034Special stain LCS 121860-036Special stain Depar 122860-016Cleaning Kit 123860-037Special Stain Clean Plus 124860-030Steiner II 125860-023Trichrome Green 126860-031Trichrome Blue 1271418702EBAR Labels 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. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24415Q1521/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-15-Q-1521 VA244-15-Q-1521.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2321907&FileName=VA244-15-Q-1521-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2321907&FileName=VA244-15-Q-1521-000.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: VA Pittsburgh Healthcare System;UNIVERSITY DR C;PITTSBURGH, PA
Zip Code: 15240
 
Record
SN03892566-W 20150919/150918001023-3ff3c6d60fab3d34c7694f4b5e6dca43 (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.