SOLICITATION NOTICE
65 -- Beckman Coulter Aquios Reagents
- Notice Date
- 2/13/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;1010 Delafield Road;Pittsburgh, PA 15215
- ZIP Code
- 15215
- Solicitation Number
- 36C24419Q0304
- Response Due
- 2/21/2019
- Archive Date
- 4/22/2019
- Point of Contact
- Caroline.Robinette@va.gov
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- Page 13 of 14 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24419Q0304 Posted Date: 2/13/2019 Response Date: 2/21/2019 by 12:00 p.m. Product or Service Code: 6550 Set Aside (SDVOSB/VOSB): VOSB NAICS Code: 325413 Contracting Office Address Department of Veterans Affairs Network Contracting Office (NCO) 04 1010 Delafield Road Pittsburgh, PA 15215 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 1/22/2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413, with a small business size standard of 1,250 employees. The Department of Veterans Affairs, NCO 4 is seeking to purchase Beckman Coulter Brand reagents to be used with the Beckman Coulter Aquios Cytometer. All interested companies shall provide quotes for the following items for a base year and two option years: Supplies/Schedule ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 38.00 EA __________________ __________________ AQUIOS TETRA-1 PANEL, 50 TESTS Contract Period: Base POP Begin: 03-01-2019 POP End: 02-29-2020 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B23533 0002 10.00 EA __________________ __________________ AQUIOS IMMUNO-TROL CELLS (2X3.0ML) Contract Period: Base POP Begin: 03-01-2019 POP End: 02-29-2020 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B23535 0003 10.00 EA __________________ __________________ AQUIOS IMMUNO-TROL LOW CELLS (2X3.0ML) Contract Period: Base POP Begin: 03-01-2019 POP End: 02-29-2020 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B25700 0004 60.00 EA __________________ __________________ AQUIOS SHEATH SOLUTION Contract Period: Base POP Begin: 03-01-2019 POP End: 02-29-2020 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B25697 0005 10.00 EA __________________ __________________ AQUIOS CLEANING REAGENT, 500ML Contract Period: Base POP Begin: 03-01-2019 POP End: 02-29-2020 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B25698 0006 10.00 EA __________________ __________________ AQUIOS SODIUM HYPOCHLORITE SOLUTION (4 X 50 ML) Contract Period: Base POP Begin: 03-01-2019 POP End: 02-29-2020 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B23536 0007 18.00 EA __________________ __________________ AQUIOS LYSING REAGENT KIT (100 TESTS) Contract Period: Base POP Begin: 03-01-2019 POP End: 02-29-2020 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B23538 1001 38.00 EA __________________ __________________ AQUIOS TETRA-1 PANEL, 50 TESTS Contract Period: Option 1 POP Begin: 03-01-2020 POP End: 02-28-2021 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B23533 1002 10.00 EA __________________ __________________ AQUIOS IMMUNO-TROL CELLS (2X3.0ML) Contract Period: Option 1 POP Begin: 03-01-2020 POP End: 02-28-2021 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B23535 1003 10.00 EA __________________ __________________ AQUIOS IMMUNO-TROL LOW CELLS (2X3.0ML) Contract Period: Option 1 POP Begin: 03-01-2020 POP End: 02-28-2021 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B25700 1004 60.00 EA __________________ __________________ AQUIOS SHEATH SOLUTION Contract Period: Option 1 POP Begin: 03-01-2020 POP End: 02-28-2021 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B25697 1005 10.00 EA __________________ __________________ AQUIOS CLEANING REAGENT, 500ML Contract Period: Option 1 POP Begin: 03-01-2020 POP End: 02-28-2021 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B25698 1006 10.00 EA __________________ __________________ AQUIOS SODIUM HYPOCHLORITE SOLUTION (4 X 50 ML) Contract Period: Option 1 POP Begin: 03-01-2020 POP End: 02-28-2021 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B23536 1007 18.00 EA __________________ __________________ AQUIOS LYSING REAGENT KIT (100 TESTS) Contract Period: Option 1 POP Begin: 03-01-2020 POP End: 02-28-2021 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B23538 2001 38.00 EA __________________ __________________ AQUIOS TETRA-1 PANEL, 50 TESTS Contract Period: Option 2 POP Begin: 03-01-2021 POP End: 02-28-2022 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B23533 2002 10.00 EA __________________ __________________ AQUIOS IMMUNO-TROL CELLS (2X3.0ML) Contract Period: Option 2 POP Begin: 03-01-2021 POP End: 02-28-2022 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B23535 2003 10.00 EA __________________ __________________ AQUIOS IMMUNO-TROL LOW CELLS (2X3.0ML) Contract Period: Option 2 POP Begin: 03-01-2021 POP End: 02-28-2022 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B25700 2004 60.00 EA __________________ __________________ AQUIOS SHEATH SOLUTION Contract Period: Option 2 POP Begin: 03-01-2021 POP End: 02-28-2022 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B25697 2005 10.00 EA __________________ __________________ AQUIOS CLEANING REAGENT, 500ML Contract Period: Option 2 POP Begin: 03-01-2021 POP End: 02-28-2022 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B25698 2006 10.00 EA __________________ __________________ AQUIOS SODIUM HYPOCHLORITE SOLUTION (4 X 50 ML) Contract Period: Option 2 POP Begin: 03-01-2021 POP End: 02-28-2022 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B23536 2007 18.00 EA __________________ __________________ AQUIOS LYSING REAGENT KIT (100 TESTS) Contract Period: Option 2 POP Begin: 03-01-2021 POP End: 02-28-2022 PRINCIPAL NAICS CODE: 325413 - In-Vitro Diagnostic Substance Manufacturing PRODUCT/SERVICE CODE: 6550 - In Vitro Diagnostic Substances, Reagents, Test Kits and Sets LOCAL STOCK NUMBER: B23538 GRAND TOTAL __________________ Services/Statement of Work Background: The current requirement for the Flow Cytometry Laboratory is to have an instrument that is a load and go type sampling system to quickly analyze peripheral blood T-lymphocytes for monitoring HIV Patients. This system should have the ability to prepare samples onboard and to analyze them while preparing subsequent samples simultaneously. We need a system that can track reagents, lot numbers, open and closed container expiration dates, and number of test remaining. We need it to have a barcode reader built in (positive sample ID) where we can track all reagents and positions via barcodes, and access the test menus from the Laboratory Information System (LIS). Additionally, we need it to pierce the blood tubes and to mix blood samples to prevent possible exposure of infectious agents, a system that will only run two levels of whole blood control as part of daily Quality Control (QC), and use that QC information to verify instrument performance. The minimum specifications are: Load & Go flow cytometer with no hands-on specimen preparation which allows integrated and automated sample preparation that directly accepts capped whole peripheral blood tubes for sample preparation, processing and data generation. Flow cytometer to provide continuous specimen loading of capped peripheral blood tubes Flow cytometer with on board sample preparation that executes completely closed, internal, and automated sample staining, including RBC lyse procedures The instrument should must be capable of measuring at least seven parameters: forward-scatter, side-scatter, electronic volume and four fluorescence detectors. A syringe mechanism should be used to obtain absolute counts for accurate counting without the need for the use of beads. Ability to report diagnostic results for CD45+/Low Side Scatter parameter percentage On board Primary barcode reader for positive specimen ID without Manual intervention to positively compare against test request, prepare samples and complete analysis on a first-in-first-out basis. Barcode to verify the identity of the antibody and the lyse reagents against the requirement of the test being run. Provides full bidirectional LIS connectivity with no additional middleware requirement. Automatically enters Quality Control assay ranges via barcode. Automatically documents QC performance results of system specification check criteria, reagent lot/expiry dates, and reagent level tracking prior to each specimen testing session for full traceability The Instrument daily quality control should not require setup beads, alignment beads or compensation reagents. The instrument s software should use algorithms to allow automated gating. Results should be automatically generated for the specific test based on the gated regions. Users should have the capability to review and edit the gating. Required Equipment and Service: AQUIOS CL System w/UPS (100-120v) Type 1 Cassette (ea) 13x75mm Type 5 Cassette (ea) ImmunoTrol Lexmark Color Laser USB Waste Collection Container, 10L Assembly: Waste Harness Assembly: Sheath Harness Yearly Standard Business Hours Service Reagents Required to Perform the Testing: B25697 Aquios Sheath Solution (as needed) B25698 Aquios Cleaning Agent, 500ml (1-2/year) B23536 Aquios Sodium Hypochlorite Solution (4 X 50 ML) B23502 Aquios Deep well plate (96 wells, case of 50) B23538 Aquios Lysing reagent kit (100 tests) B23535 Aquios Immuno-trol Cells (2 X 3.0 mL) B25700 Aquios Immuno-trol Low Cells (2 X 3.0 mL) B23533 Aquios Tetra-1 Panel, 50 tests B25218 Type 1 Cassette 13X75mm B25219 Type 2 Cassette 13X100mm B25220 Type 3 Cassette 16X100mm B25221 Type 4 Cassette 10.25X50mm B25318 Type 5 Cassette Immunotrol B25918 Type 6 Cassette Sarstedt 13X75mm Order and Delivery Procedures: Since this would be a Reagent Rental, reagents will be ordered as needed, and will be delivered to the Laboratory within 3 to 5 working days from the time of order. Testing urgency is routine. On rare occasions an emergency order may be placed and overnight shipment will be required. The Hematology Supervisor and Hematology Technologist trained in Flow Cytometry will place orders for reagents as needed. The delivery location for these reagents will be Room 3B134, Department of Pathology and Laboratory Medicine, CMCVAMC, 3900 Woodland Ave., Philadelphia, PA 19104. Invoice Schedule: Invoices should be submitted in a timely manner and in their entirety and not split to allow easy tracking and payment to the vendor. The delivery/task order period of performance is: Base Year: March 1, 2019 February 29, 2020 Option Year 1: March 1, 2020 February 28, 2021 Option Year 2: March 1, 2021 February 28, 2022 Delivery shall begin with the award of the initial task order of supplies for the base year of the contract. Individuals orders for the needed supplies will be issued throughout the Period of Performance of each task order by the Philadelphia VAMC Hematology Supervisor and Hematology Technologist. Items shall be delivered, FOB Destination, no later than 5 calendar days after receipt of the order. All ordered reagents shall be delivered to: The Corporal Michael J. Crescenz VA Medical Center Department of Pathology and Laboratory Medicine Room 3B134 3900 Woodland Avenue Philadelphia, PA 19104 Award shall be made to the quoter whose quotation offers the best value to the Government, considering past performance and price. The government will evaluate information based on the following evaluation criteria: (1) Price and (2) Past Performance, which are listed in descending order of importance. (1) Price Evaluation 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). (2) Past Performance Evaluation The Government will evaluate the relevancy of past performance submitted to assess risk of successful performance of this requirement. A lack of past performance will be treated as neutral past performance which is neither negative or positive. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.204-13, System for Award Management Maintenance (OCT 2018) By Reference 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016) By Reference 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) By Reference 852.246-71, Rejected goods (OCT 2018) By Reference 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 03/01/2019 through 9/30/2022. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 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 $2,000.00, 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 $84,000.00; (2) Any order for a combination of items in excess of $100,000.00; or (3) A series of orders from the same ordering office within 14 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. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within one (1) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2022. (End of Clause) 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days prior to the needed delivery date of the additional supplies. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) 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 30 days prior to the contract expiration date. (End of Clause) 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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 three (3) years. (End of Clause) 52.232-19 Availability Of Funds For The Next Fiscal Year (Apr 1984) Full Text VAAR 852.203-70 Commercial Advertising (May 2018) Full Text VAAR 852.219-11 VA Notice Of Total Veteran-Owned Small Business Set-Aside (Jul 2016)(Deviation) Full Text VAAR 852.219-74 Limitations On Subcontracting Monitoring And Compliance (Jul 2018) Full Text VAAR 852.232-72 Electronic Submission Of Payment Requests (Nov 2018) Full Text VAAR 852.237-70 Contractor Responsibilities (Apr 1984) Full Text VAAR 852.247-71 Delivery Location (Oct 2018) Full Text VAAR 852.247-72 Marking Deliverables (Oct 2018) Full Text VAAR 852.247-73 Packing For Domestic Shipment (Oct 2018) Full Text FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2019) The following subparagraphs of FAR 52.212-5 are applicable: (b)(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). (b)(8) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). (b)(26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O.13126). (b)(27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (b)(28) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). (b)(33) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). (b)(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (b)(49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O. s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (b)(55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (31 U.S.C. 3332). Defense Priorities and Allocations System (DPAS): Not Applicable All quoters shall submit the following: Completed schedule of pricing for the Base year and both option years. Documentation of distribution agreements/permission from manufacturer to distribute Beckman Coulter s Aquios Reagents Past Performance Information Provide a list of at least three and no more than five completed or ongoing contracts for same or similar requirements being procured by this RFQ. Information shall include: Contract Number Agency Agency Point of Contact (include name, telephone number, and email address) Description of the contract requirement Start and Completion Dates Dollar Value Provide a brief description of performance. Were there any challenges and if so how were they overcome by your company. Quotations shall be sent to the NCO 4 Contract Specialist, Caroline L. Robinette. All quotes shall be sent via email to Caroline.Robinette@va.gov. Quotes shall be emailed for receipt by the Contract Specialist no later than 12:00 p.m. on February 21, 2019. Any questions regarding this requirement must be submitted by COB 2/19/2019. This is an open-market combined synopsis/solicitation for BRAND NAME Beckman Coulter Aquios Reagents as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 12:00 p.m. 2/21/2019 via email to Caroline.Robinette@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Caroline L. Robinette, Caroline.Robinette@va.gov. Point of Contact Caroline L. Robinette, Caroline.Robinette@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q0304/listing.html)
- Place of Performance
- Address: Corporal Michael J. Crescenz VA Medical Center;(Philadelphia VAMC);3900 Woodland Avenue;Philadelphia, PA
- Zip Code: 19104
- Country: USA
- Zip Code: 19104
- Record
- SN05221478-F 20190215/190213230045 (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 |