Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 29, 2021 SAM #7089
SOLICITATION NOTICE

Q -- COVID19 & FLU PCR Drive-Thru Testing Services

Notice Date
4/27/2021 2:17:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25721Q0710
 
Response Due
5/13/2021 12:00:00 PM
 
Archive Date
05/28/2021
 
Point of Contact
Vance Farrell, Contract Specialist, Phone: 210-694-6379
 
E-Mail Address
vance.farrell@va.gov
(vance.farrell@va.gov)
 
Awardee
null
 
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; offers are being requested and a written solicitation will not be issued. (ii) Solicitation number 36C25721Q0710 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 2021-05. (iv) This solicitation is issued as unrestricted, full and open competition, with the associated NAICS code of 621511, which has a small business size standard of $35.0M. (v) See attached price/cost schedule for the contract line item number(s), quantities, and options requested in this solicitation. (vi) This requirement is for providing COVID-19 and FLU PCR Drive-Thru Testing Services for the South Texas Veterans Health Care System, San Antonio, TX. See attached Statement of Work for a description of the services that are to be provided. (vii) The anticipated base Period of Performance for the services is 1 June 2021 thru 31 May 2022. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. See item xiii below for additional submission requirements. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Evaluation factors for the solicitation are Technical Capability, Price and Past Performance. Technical Capability and Past Performance, when combined, are approximately equal to Price. Evaluation of Offers will be conducted by comparative evaluation of offers. Offers will be evaluated for Technical Capability with the documentation provided in the offer from the response to the requirements in the Technical Requirements document (see attached) in the solicitation. Offeror Past Performance will be conducted by review and evaluation of the offeror s response to the solicitation and past performance records found in government Past Performance systems. Offeror Past Performance will be evaluated as acceptable or unacceptable. Offerors found with unsubstantiated unsatisfactory past performance records may be assessed as technically unacceptable. Price will be evaluated as that which meets the government s needs to determine price as fair and reasonable and offers the best value. (x) Offerors for whom have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) do NOT need to return a completed copy of the provision with their 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. (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 submission requirements. Other additional submission requirements are: Offerors should complete the contractor information, page 1 of the SF1449; block 12, discount terms, if applicable; blocks 17, contractor information; and blocks 30, Offeror/Contractor printed name, title, and signature. Offerors are to provide pricing with their offer. Offerors may complete the price/cost in the schedule, pages 4 & 5, SF1449, or may provide pricing in their own format (MS Word or PDF document). The government intends to award a firm-fixed price contract from this solicitation. Technical Capability: Offerors must submit a response to the requirements described in the attached Technical Requirements document (see # 2 and # 5). Offerors must also provide a description (i.e., address) within Bexar County, TX, where the collection services are to be performed. This solicitation includes FAR clause 52.219-9, Small Business Subcontracting Plan. If a large business is declared the apparent successful offeror of this solicitation, the business must submit a Small Business Subcontracting Plan to the Contracting Officer prior to contract award. This solicitation includes FAR Provision 52.209-7, Information Regarding Responsibility Matters. Offerors that have not completed this provision in their online representations and certifications in SAM must include a completed copy of the provision with their offer, or submit a statement indicating if the offeror has, or does not have, current active Federal contracts and grants with a total value greater than $10,000,000.00. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Offers are due by 13 May 2021, by 2:00 PM CST. Offers must submitted by email (see size limit note below) to Vance Farrell at vance.farrell@va.gov. (xvi) Questions regarding information in the solicitation must be submitted in writing to the Point of Contact (POC), Vance Farrell, by email at vance.farrell@va.gov. It is requested that all questions be submitted no later than 5 May 2021. Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 7MB. Multiple emails can be sent to the POC for an offer. If an offer is sent in multiple parts, it is recommended that a confirmation request be included in the final email, for the POC to acknowledge that all (parts) of the offer have been received.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bb13b5791d5c4dde8749b73e09b9761e/view)
 
Place of Performance
Address: (Contractor's Facility - See Statement of Work) South Texas Veterans Health Care System Pathology & Laboratory Medicine Service 7400 Merton Minter, San Antonio, TX 78229-4404, USA
Zip Code: 78229-4404
Country: USA
 
Record
SN05984175-F 20210429/210427230111 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.