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

65 -- QuantiFERON Blood collection tubes

Notice Date
12/19/2022 10:53:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0312
 
Response Due
12/27/2022 1:00:00 PM
 
Archive Date
02/25/2023
 
Point of Contact
Domen, Clift, Contract Specialist, Phone: 562-766-2241
 
E-Mail Address
Clift.Domen@va.gov
(Clift.Domen@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
(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 36C26223Q0312 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 contract. (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2022-08, October 28, 2022. (iv) This solicitation intends to award a contract through Full and open competition after exclusions under a Small Business set-aside 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 & Statement of Work section 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 TB blood collection tubes for VISN 22 locations. This solicitation is seeking to fulfill the following statement of work: Period of Performance/Delivery Timeframe: The period of performance will start 1 Year after award date. Statement of Work Introduction The purpose of this Statement of Work (SOW) is to outline the supplies needed and their purpose for the testing of TB within VISN 22. Background The Veterans Integrated Service Network (VISN) 22 is in need of QuantiFERON supplies to support multiple sites within VISN 22, Pathology & Laboratory Medicine Departments. Please see the locations list below of sites that will be participating. Scope Under this delivery order, the contractor will provide QuantiiFERON TB Tubes to satisfy the overall operational objectives of the Veterans Affairs Medical Center at various VISN 22 locations listed below. Brand Name: Qiagen Item # Description/Part Number* Part# Qty 1 Quantiferon TB Gold Plus Tubes, 50 per kit (4 sets in each kit) 622536 304 Items must be brand name or equal to this brand and part number and meet the following salient characteristics: Tubes must be 100% compatible with QuantiFERON TB test kits. Must be 100% compatible for use on the DiaSorin Liaison XL analyzer platform and will not limit the functionality of software, hardware or testing capabilities. A kit of four (4) tubes must include the following: QuantiFERON Nil Tube (gray cap) QuantiFERON TB1 tube (green cap) QuantiFERON TB2 tube (yellow cap) QuantiFERON Mitogen tube (purple cap) Pricing must include all handling, HAZMAT, dry ice and shipping fees when applicable. Delivery hours - normal tour-of-duty hours are 8:00am to 5:00pm, Monday through Friday, excluding Federal holidays (When a holiday falls on a Sunday, the following Monday will be observed as a National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government Agencies). The locations listed below are most sites that can request the product, however additional locations may request product. This PO must have an open ship to, so we can send supplies as needed directly to the end user. This will be ordered on an as needed basis to other sites within the VISN 22. Locations VA Greater Los Angeles Healthcare System (VAGLAHS) 11301 Wilshire Blvd. Los Angeles, CA 90073 VA Long Beach Healthcare System (VALBHS) 5901 East 7th St. Long Beach, CA 90822 VA San Diego Healthcare System (VASDHS) 3550 La Jolla Village Dr. San Diego, CA 92161 VA Loma Linda Healthcare System (VALLHS) 11202 Benton St. Loma Linda, CA 92357 VA Northern Arizona Healthcare System (VANAHS) 500 Hwy 89N Prescott, AZ 86313 VA Phoenix Healthcare System (VAPHS) 650 E. Indian School Rd. Phoenix, AZ 85012 VA Southern Arizona Healthcare System (VASAHS) 3601 A. 6th Ave. Tucson, AZ 85723 VA New Mexico Healthcare System (VANMHS) 1501 San Pedro SE Albuquerque, NM 87108 Sepulveda Ambulatory Care Clinic (SACC) 16111 Plummer St. North Hills, CA 91343 Bakersfield Community Based Outpatient Clinic 1801 Westwind Dr. Bakersfield, CA 93301 Los Angeles Ambulatory Care Clinic (LAACC) 351 E. Temple St. Los Angeles, CA 90012 Santa Maria Community Based Outpatient Clinic 1550 E. Main Street Santa Maria, CA 93454 VA San Luis Obispo Clinic 1288 Morro St. Ste 200 San Luis Obispo, CA 93401 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. 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: VISN 22 locations listed in the above Statement of Work, section Locations. Additional Delivery Requirements 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 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: All offeror quotes for this solicitation must be received electronically through email no later than Tuesday, December 27th, 2022, 1:00 PM PST. Ensure to reference solicitation number 36C26223Q0312 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. Any questions regarding this solicitation must be received electronically through email no later than Tuesday, December 20th, 2022, 1:00 PM PST. Offers shall be sent by email to Clift Domen at clift.domen@va.gov. 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 K of tabs 1 or unit prices. Offerors shall additionally complete columns F H of tabs 1 if providing an equivalent product. If providing an equivalent product, offerors shall either provide information regarding how their product meets the salient characteristics in the above statement of work 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. Offeror shall provide the following Company information to Attachment A tabs 2 in column B: Company Name Address Telephone Number Email Point of Contact Firm s UEI# Offeror shall provide verification that their items are not Gray Market such as examples on page below, section Gray Market items. (ix) 52.212-2 Evaluation -- Commercial Items (Nov 2021) (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 in the statement of work and (any other stated requirements such as additional delivery requirements) 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 (see Attachment A and statement of work section above). 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 10 Days. 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. (End of clause) Gray 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp 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 Nov 2021 52.232-18 Availability of Funds Apr 1984 52.232-33 Payment by electronic funds transfer system for award management Oct 2018 52.233-1 Disputes May 2014 52.233-3 Protest after award Aug 1996 852.203-70 Commercial advertising May 2018 852.232-72 Electronic submission of payment requests Nov 2018 (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. 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 52.204-7 System for Award Management Oct 2018 52.204-16 Commercial and Government Entity Code Reporting Aug 2020 52.209-7 Information Regarding Responsibility Matters Oct 2018 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 (End of Provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3fdea56c970415985a046cfb81518de/view)
 
Place of Performance
Address: VISN 22 WIDE Multiple Locations, USA
Country: USA
 
Record
SN06547015-F 20221221/221219230106 (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.