SOLICITATION NOTICE
H -- Sterile Processing Water Testing Service WRJ
- Notice Date
- 8/18/2022 12:26:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24122Q1018
- Response Due
- 9/19/2022 1:30:00 PM
- Archive Date
- 11/18/2022
- Point of Contact
- Manases Cabrera, Contracting Specialist, Phone: 781-687-4418
- E-Mail Address
-
manases.cabrera@va.gov
(manases.cabrera@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07 effective Aug 10, 2022. This solicitation is set-aside for SDVOSB. The associated North American Industrial Classification System (NAICS) code for this procurement is 621511, with a small business size standard of $16.5 Million. The FSC/PSC is H999. The Department of Veterans Affairs, Network Contracting Office 01, located at Bedford MA is seeking to purchase Sterile Processing Water Testing Service. All interested companies shall provide quotations for the following: Supplies/Services Characteristic Test Type Test Frequency Results TAT Bacteria Heterotrophic plate count (HPC) Monthly 72 hours of laboratory sample receipt pH pH meter field test Colorimetric dipsticks Monthly 5 days of laboratory sample receipt Endotoxins* LAL Kinetic Chromogenic Assay Twice a year, and on installation, modification, or repair of the Critical Water treatment system or when persistent increased microbial levels are detected by HPC, ATP, or TOC 5 days of laboratory sample receipt Total organic carbon (TOC) Monthly 5 days of laboratory sample receipt Hardness Total Hardness as CaCO3 Annually 5 days of laboratory sample receipt Ionic contaminants (chloride, iron, copper, manganese) Specific tests for chloride, iron, copper, manganese Annually 5 days of laboratory sample receipt The contract period of performance is September 30, 2022, to September 29, 2023, with 4 option years. Place of Performance Address: 163 Veterans Drive, White River Junction VT Postal Code: 05001 Country: UNITED STATES 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 FAR 52.212-3, Offerors Representations and Certifications Commercial Items 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 (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2022) All invoices will be submitted electronically to OB10/Tungsten via http://www.fsc.va.gov/einvoice.asp All quotes shall be sent to the Contracting Specialist, Manases Cabrera at manases.cabrera@va.gov Responses should contain your best terms, conditions. Addendum to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Capability Past Performance. Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. (End of Provision) 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), if any. Submission of your response shall be received not later than September 19th, 2022 at 4:30PM at manases.cabrera@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 Point of Contact listed below. Point of Contact Manases Cabrera, Contracting Specialist, manases.cabrera@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e0a12da7e6044ba1b25f1af0660b5ba4/view)
- Place of Performance
- Address: VA New England Healthcare System White River Junction VA Medical Center 163 Veterans Drive, White River Junction, VT 05001, USA
- Zip Code: 05001
- Country: USA
- Zip Code: 05001
- Record
- SN06432214-F 20220820/220818230121 (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 |