Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOLICITATION NOTICE

65 -- Reagents, Supplies, and Consumables for Hemochron Signature Elite

Notice Date
11/25/2020 3:28:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0144
 
Response Due
12/4/2020 1:00:00 PM
 
Archive Date
02/02/2021
 
Point of Contact
Samuel Han, Contract Specialist, Phone: 562-766-2314
 
E-Mail Address
Samuel.Han@va.gov
(Samuel.Han@va.gov)
 
Awardee
null
 
Description
Page 2 of 2 (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; offers are being requested and a written solicitation will not be issued. (ii) The solicitation number 36C26221Q0144 is issued as a Request for Quotation (RFQ) in conjunction with FAR -- Part 13 Simplified Acquisition Procedures and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award Purchase Order with a base year and four optional years. (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2021-02, November 23, 2020. (iv) This solicitation intends to award a contract through full and open competition to a business associated with NAICS North American Industrial Classification System Code 325413 with a size standard of 1,250 employees. (v) See Attachment A - Schedule for a list of line item numbers, items, quantities and units of measure. (vi) The Department of Veterans Affairs (VA) seeks to make a procurement for Laboratory Reagents, Supplies and Consumables to be used on existing Hemochron Signature Elite located at the Southern Arizona VA Health Care System (VA Tucson). Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The technical specifications for this requirement are listed for Brand Name or Equal per FAR 52.211-6. Salient Characteristics All reagents, supplies, and consumables must be compatible with the Hemochron Signature Elite to yield accurate test results. The use of the reagents, supplies, and consumables must not void the warranty on the existing Hemochron Signature Elite instruments. All reagents, supplies, and consumables must be Food and Drug Administration (FDA) approved. The offered reagents and controls must have the ability to perform the following tests: Cuvettes (JACT-LR, JACT+) Measure activated clotting time for monitoring heparin therapies. Quality Controls (DCJLR-A, DCJLR-N, DCJACT-A, DCJACT-N) Test quality performance of the cuvettes and the instruments on systematic and as-needed basis. Brand Name or Equal Supplies/Products Part No. Description UOM Qty JACT-LR ACT Low Range test cuvette Celite based activated Box 70 DCJLR-A Abnormal level vials - For use with Catalog No. JA Box 14 DCJLR-N Normal level vials For use with Catalog No. JACT L Box 14 JACT+ ACT test cuvette Silica and kaolin based activated Box 40 DCJACT-A Abnormal level vials For use with Catalog No. JACT Box 14 DCJACT-N Normal level vials For use with Catalog No. JACT A Box 14 Brand name Manufacturer is Werfen USA LLC. The information identified provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the brand name or equal to supplies being requested. (vii) Delivery Requirements: Place of Delivery: Southern Arizona VA Health Care System (VA Tucson) 3601 S 6th Ave Tucson, AZ 85723 Period of Performance/Delivery Timeframe: The period of performance of the contract will start January 1, 2021 for a One (1) Year Base Period with the Government having the option to exercise (4) four (1) one-year renewal periods in conjunction with 52.217-9. PERIOD START DATE END DATE Base Year 1/1/2021 12/31/2021 Option Year 1 1/1/2022 12/31/2022 Option Year 2 1/1/2023 12/31/2023 Option Year 3 1/1/2024 12/31/2024 Option Year 4 1/1/2025 12/31/2025 Additional Delivery Requirements Must be able to deliver kits within two days of an order by the designated Contracting Officer Representative or Program Office Designee. Orders shall be made on an as needed basis throughout the period of performance not to exceed stated totals within the schedule without a supplemental agreement between the Contractor and Contracting Officer in accordance with 52.212-4(c) and 52.217-6. All standard shipping shall be inclusive of prices within the schedule and FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. Addendum: Any questions regarding this solicitation must be received electronically through email to Samuel Han at Samuel.Han@va.gov no later than Tuesday, December 1, 2020, 1:00 PM PST. Ensure to reference solicitation number 36C26221Q0144 within subject line of the email. All offeror quotes for this solicitation must be received electronically through email to Samuel Han at Samuel.Han@va.gov no later than Friday, December 4, 2020, 1:00 PM PST. Ensure to reference solicitation number 36C26221Q0144 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. Offerors shall submit the following via email: Offerors shall fill out all unlocked fill-ins/tabs (define your fill-ins or tabs) of Attachment A conforming to requirements stated by the salient characteristics and the instructions below. Offerors shall complete column M of tabs 1 5 for unit prices. Tab 6 automatically calculates the overall totals of all other tabs. Note that Tab 6 includes a 50% increase as afforded under 52.217-6 as stated below. Offerors shall additionally complete columns G J of tabs 1 5 if providing an equivalent product. If providing an equivalent product, offerors shall either provide information regarding how their product meets the salient characteristics in Attachment A in Column I or alternatively may state where in the offeror s overall submission that information can be found. See 52.211-6 for additional information. Offerors shall provide the company s DUNS number. (ix) 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest priced quotation that meets all salient characteristics that is both responsive and responsible. Acceptability of equipment/services shall be established by review of each submitted quotation by the designated evaluator(s) and verification that any equal-to items meet the salient characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling and convincing evidence that equal-to items meet all the salient characteristics. Offers that include any items that are not determined as Brand Name or Equal shall result in an unacceptable offer. See 52.211-6 Brand Name or Equal for additional information. (b) Options. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified with a minimum of at least sixty days, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, with this solicitation or ensure SAM.gov is updated with current information. (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) The following clauses also apply: 52.211-6 - Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (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 the contract s period of performance not to exceed a 50% of any and all line items within Attachment A. 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 60 days of contract expiration. (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 60 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 5 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 60 Months (plus six months with the exercise of FAR 52.217-8). (End of clause) Grey Market Items (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (End of clause) 52.252-2 Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. 52.204-13 System for Award Management Maintenance Oct 2018 52.204-18 Commercial and Government Entity Code Maintenance Aug 2020 52.209-6 Protecting the government s interest when subcontracting with contractors debarred, suspended, or proposed for debarment Jun 2020 52.232-18 Availability of Funds Apr 1984 52.232-33 Payment by electronic funds transfer system for award management Oct 2018 52.232-40 Providing accelerated payments to small business subcontractors Dec 2013 52.233-1 Disputes May 2014 52.233-3 Protest after award Aug 1996 852.203-70 Commercial advertising Jan 2008 852.232-72 Electronic submission of payment requests Nov 2012 Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp (End of clause) 52.252-1 Solicitation Provisions Incorporated by Reference. (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. 52.204-7 System for Award Management Oct 2018 52.204-16 Commercial and Government Entity Code Reporting Oct 2016 52.209-7 Information Regarding Responsibility Matters Oct 2018 52.217-5 Evaluation of Options Jul 1990 52.233-2 Service of Protest Sep 2006 852.233-70 Protest Content/Alternative Dispute Resolution Oct 2018 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference Jan 2008 Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp (End of provision) (xiv) N/A (xv) Any questions regarding this solicitation must be received electronically through email to Samuel Han at Samuel.Han@va.gov no later than Tuesday, December 1, 2020, 1:00 PM PST. Ensure to reference solicitation number 36C26221Q0144 within subject line of the email. (xvi) All offeror quotes for this solicitation must be received electronically through email to Samuel Han at Samuel.Han@va.gov no later than Friday, December 4, 2020, 1:00 PM PST. Ensure to reference solicitation number 36C26221Q0144 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6d3825d2b87b4e83b5071d831103be70/view)
 
Place of Performance
Address: Department of Veterans Affairs Southern Arizona VA Health Care System 3601 S 6th Ave., Tucson, AZ 85723, USA
Zip Code: 85723
Country: USA
 
Record
SN05861369-F 20201127/201125230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.