Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2022 SAM #7694
SOLICITATION NOTICE

Q -- Chronic Kidney Disease Gene Panel Test

Notice Date
12/19/2022 12:53:53 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24823Q0231
 
Response Due
12/26/2022 9:00:00 AM
 
Archive Date
01/25/2023
 
Point of Contact
Lakiesha Anderson, Contracting Officer, Phone: 561-618-2398
 
E-Mail Address
lakiesha.anderson@va.gov
(lakiesha.anderson@va.gov)
 
Awardee
null
 
Description
This is an Amendment to the combined synopsis/solicitation (36C24823Q0231, 001) for commercial service prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items/Commercial Service, 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 Amendment added the Chronic Kidney Disease Gene Panel List, Attachment #3. Solicitation date has not been extended. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 dated October 28, 2022. This solicitation is unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 621511 with a small business size standard of $36.5 Million The FSC/PSC is Q301. The Bruce W. Carter VA Medical Center / Miami Veterans Healthcare System / 1201 Northwest 16th Street / Miami, FL 33125-1624 is seeking to award a One Year Service Contract for Gene Testing for Chronic Kidney Disease (CKD) The RFQ # is 36C24823Q0231. See Attachments: 1. Instructions to Offerors 2. Statement of Work 3. Chronic Kidney Disease Gene Panel List All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure 0001 Kidney Gene Panel 260 YR Kidney Gene panel for patients with chronic kidney disease (CKD) that is comparable to the Renasight Kidney Gene Panel. Shall test customized panel of chromosomal/DNA alterations associated with CKD in adults. Shall test at least 385 genes associated with chronic kidney disease (CKD). Have implications on candidacy for transplant of kidney donation. Shall provide consultation to assist providers understand the cause or risk of progression of kidney disorders that are typically uncommon and are considered idiopathic . Specimens shall only be used for the CKD panel. Vendor shall be able to accept both blood and saliva samples. Vendor shall be able to provide interactive assistance with test building with no charge to Pathology and Lab services; This during the start-up phase. The contractor shall be able to report test results back to the facility in electronic format in a time frame that is commercially acceptable for that test, no later than 21 days from sample arrival. Place of Performance/Place of Delivery Address: Bruce W. Carter VA Medical Center Miami Veterans Healthcare System 1201 Northwest 16th Street Miami, FL Postal Code: 33125-1624 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 Products and Commercial Services FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services 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 Products and Commercial Services (NOV 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2022) If applicable, only new equipment is acceptable; no remanufactured, used/refurbished or ""gray market"" items. No product in development shall be considered. All items must be covered by the manufacturer's warranty. All quoters shall submit the following: The name, address, and telephone number of the vendor. Tax Identification Number (TIN) SAM UEI Number /Cage Code Point of Contact for submission of orders if awarded a contract Quoted price shall include delivery. All quotes shall be sent to the following email address: Lakiesha.anderson@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The information identified and 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 supplies being requested. The award will be made to the response most advantageous to the Government. 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 or Quality 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. Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. (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 12/26/2022 by 12:00 PM (EST) at lakiesha.anderson@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Contracting Specialist Lakiesha Anderson lakiesha.anderson@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/febc5c5dcd8d43b0b0f2f86de01ce596/view)
 
Record
SN06546651-F 20221221/221219230104 (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.