Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2023 SAM #7746
SOLICITATION NOTICE

Q -- Oncotype Genetic Testing Services

Notice Date
2/9/2023 5:01:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0498
 
Response Due
2/16/2023 1:00:00 PM
 
Archive Date
04/17/2023
 
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
(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 36C26223Q0498 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 Blanket Purchase Agreement (BPA). (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2023-01, December 30, 2022. (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 621511. (v) See Attachment A Schedule of Pricing for a list of line-item numbers, items, quantities and units of measure. (vi) The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22, Pathology and Laboratory Medicine Services department seeks to make a procurement for Oncotype Genetic Testing Services on an as-needed basis for the VISN 22 healthcare systems listed in section vii. See Attachment B Statement of Work for a listing of minimum capabilities/requirements and other requirements. Offeror quotations must demonstrate meeting the salient physical, technical, 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 oncotype genetic testing services being requested. BLANKET PURCHASE AGREEMENT ADMINISTRATION DATA SECTION A GENERAL TERMS A.1 BLANKET PURCHASE AGREEMENT ADMINISTRATION DATA BPA ADMINISTRATION: All BPA administration matters shall be handled by the following individuals: OFFERER / CONTRACTOR: [Primary Contractor Contact]: [Company]: [Street Address]: [City, State, Zip]: [Phone number]: [Email address]: [DUNS Number]: GOVERNMENT: Daniel Ruiz, Contracting Officer Department of Veterans Affairs Network 22 Contracting Office 4811 Airport Plaza Drive Suite 600 Long Beach, CA 90815 562-766-2280; Daniel.Ruiz@va.gov Samuel Han, Contract Specialist Department of Veterans Affairs Network 22 Contracting Office 4811 Airport Plaza Drive Suite 600 Long Beach, CA 90815 562-766-2314; Samuel.Han@va.gov OFFEROR REMITTANCE ADDRESS: All payments by the Government to the Offeror will be made in accordance with: [X] 52.232-34, Payment by Electronic Funds Transfer - Other than Central Offeror Registration, or [ ] 52.232-36, Payment by Third Party INVOICES: Invoices shall be submitted in arrears: Quarterly [] Semi-Annually [] Other [ X ] (Monthly) GOVERNMENT INVOICE ADDRESS: All invoices from the Offeror shall be submitted electronically to: https://us.tungsten-network.com/. ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NO DATE The above amendment section must be filled-out in the event that an Amendment(s) is sent to the offeror or posted to https://sam.gov/ and must be returned with the RFQ package. Failure to acknowledge amendment(s) may constitute the rejection of the offer. A.2 DESCRIPTION OF AGREEMENT INTENT: In the spirit of the Federal Acquisition Streamlining Act and pursuant to Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13.303, the Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 22 establishes this Single Award Blanket Purchase Agreement (BPA) for Oncotype Genetic Testing Services described within this solicitation. The Contractor shall make available for purchase all the necessary testing kits made commercially available by Contractor to perform the specified functions for VISN 22 as outlined within this BPA. In addition, as requirements change, facilities within VISN 22 may be added or deleted by supplemental agreement of the Government and the Contractor. TERM OF AGREEMENT: This BPA shall be a base year plus four (4) optional years which will be reviewed, at least, annually In Accordance With (IAW) FAR Part 13.303-6 to ensure the BPA terms are met, to assess current market conditions and to determine price reasonableness. Additional discounts maybe requested by VISN 22 at any time. If the Contractor fails to perform in a manner satisfactory to the Contracting Officer (CO), this BPA may be canceled with a thirty (30) day written notice to the Contractor by the CO. PARTICIPATING FACILITIES: The following facilities currently within VISN 22, and future facilities that fall under the authority of VISN 22, may be added or deleted to this agreement with an exercise of a supplemental agreement between the Government and the Contractor. VA Greater Los Angeles Healthcare System | 11301 Wilshire Blvd, Los Angeles, CA 90073 VA Loma Linda Healthcare System | 11201 Benton Street Loma Linda, CA 92357 VA San Diego Healthcare System | 3350 La Jolla Village Dr, San Diego, CA 92161 VA Long Beach Healthcare System | 5901 E. 7th Street, Long Beach, CA 90822 VA Phoenix Healthcare System | 650 E Indian School Rd, Phoenix, AZ 85012 VA Prescott Healthcare System | 500 North Hwy 89, Prescott, AZ 86313 VA Tucson Healthcare System | 3601 S 6th Ave, Tucson, AZ 85723 VA Albuquerque Healthcare System | 1501 San Pedro Dr SE, Albuquerque, NM 87108 BPA ORDERS: This BPA is a pricing agreement and does not obligate any funds. The Government is obligated only to the extent of authorized BPA Task Orders (TO) issued under the BPA by authorized individuals. TO s shall be identified by the BPA Number TBD and TO Number TBD. TO s may include option years, if it is determined that option years would be in the best interest of the Government. Any TO s issued during the effective term of this BPA shall be completed by the Contractor within the time specified in the TO, including all option years, which may extend beyond the BPA term. All products ordered under TO s shall be subject to the terms and conditions of this BPA. The Contractor shall accept the price, terms and conditions of an issued TO as long as they do not conflict with the terms set forth in the BPA. ORDERING METHOD: All orders shall be placed against valid TO s signed by the CO. The CO shall designate primary facility Point-of-Contacts (POC s), as necessary, which may coordinate delivery quantities and schedule via Electronic Data Interchange (EDI), telephone, facsimile, email or other written communication, identifying the products by number, quantity, purchase price, address for delivery, and any special instructions. BPA PROGRAM MANAGER: The Contractor shall provide a primary BPA program manager who shall be responsible for the performance of the work under the BPA. In addition, the program manager shall act as the main focal point of communication between the CO and the Contractor. The name of this person shall be designated in writing to the CO. The program manager shall have full authority to act on behalf of the Contractor on all contractual/BPA matters relating to daily operation of the BPA. Contact Name: Contact Title: Street Address: City, State, Zip: Direct Phone No.: Alt. Phone No.: Fax No.: Email address: ORDERING CONTACT: The Contractor shall list in the spaces below the name(s) and address(es) of customer service departments with whom the Government facilities shall place orders: Contact Name: Contact Title: Street Address: City, State, Zip: Direct Phone No.: Alt. Phone No.: Fax No.: Email address: Contact Name: Contact Title: Street Address: City, State, Zip: Direct Phone No.: Alt. Phone No.: Fax No.: Email address: DELIVERY: The Contractor shall deliver all supplies and services identified in the schedule to the locations identified in Section A.2.3, Participating Facilities. The delivery location is subject to change as required by the designated authority or authorized personnel at the receiving facility. The primary facility POC shall be required to notify the Contractor when delivery locations have been changed. All deliveries shall be accompanied by a delivery ticket or sales slip which shall contain: Contractor name, BPA number, TO number, VA obligation number, date of order, date of delivery, itemized list of products furnished, including product description and quantity shipped. All deliveries shall be made during normal working hours from 8:00a.m. to 4:30p.m, Pacific Time unless specified otherwise. Standard orders shall be delivered within no more than four (4) working days after receipt or placement of order. Emergency deliveries may be necessary on rare occasions and may occur outside of working hours from 4:30 p.m. to 8:00 a.m. Under emergency occurrences, the Contractor shall deliver to the Government site in the most expeditious manner possible. Without additional cost to the Government, unless expedited shipping/delivery is approved by the primary facility POC, CO or other authorized individual. The Contractor shall provide an emergency point of contact, if different from the standard points of contacts. No product substitutions shall be made by Contractor without prior approval of the treating facilities primary Point of Contact. However, if substitution would further obligate the government, the Contractor shall have approval of a warranted Contracting Officer. PACKAGING: All supplies shall be adequately packaged to prevent damage during shipping, handling and storage. Bags or packages shall be whole, intact, and not otherwise torn or damaged. Upon delivery, the Government shall examine all packages. The Contractor shall be required to replace unacceptable or damaged products at the Contractor s expense. INVOICING AND PAYMENT INFORMATION: An itemized invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. These invoices need not be supported by copies of delivery tickets. Invoices shall be submitted to WWW.TUNGSTEN-NETWORK.COM in accordance with FAR Part 52.232-34, Payment by Electronic Funds Transfer and VAAR Part 852.232-72. The following information shall be listed on all invoices (Failure to comply may result in refusal of an invoice resulting in delayed payment at the fault of the Contractor). Facility s Name and address where service was provided BPA Number (For Example: 36C26223A0001) Delivery/Task Order Number (For Example: 36C26223N0001) Obligation Number (For Example: 600-C17001) A Line Item break down of usage for example: Line item 1 Oncotype DX - Breast: 1 EA at $100.00 Line item 2 Oncotype DX - Colon: 1 EA at $200.00 Include the period of time that is being invoiced for in the invoice. BPA Holder s Internal Contract number (if applicable) Include point of contact for concerns and questions. Contractor must name a specific person, phone number and email. BPA REVIEW: The Contractor shall conduct a complete BPA review with the CO/CS, at least annually and as requested by the CO/CS, to ensure the BPA terms and conditions are being met, analyze and project item ordering trends, and discuss all other actions that are within the scope of this BPA. (vii) Delivery Requirements: Place of Delivery: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd. Los Angeles, CA 90073 VA Long Beach Healthcare System 5901 E. 7th St. Long Beach, CA 90822 VA San Diego Healthcare System 3350 La Jolla Village Dr. San Diego, CA 92161 VA Loma Linda Healthcare System 11201 Benton St. Loma Linda, CA 92357 Phoenix VA Healthcare System 650 East Indian School Rd. Phoenix, AZ 85012 Southern Arizona VA Healthcare System 3601 S. 6th Ave. Tucson, AZ 85723 Northern Arizona VA Healthcare System 500 N. Hwy 89 Prescott, AZ 86313 Albuquerque VA Healthcare System 1501 San Pedro Dr. SE Albuquerque, NM 87108 Period of Performance/Delivery Timeframe: The period of performance will start shortly after award for a one (1) Year Base Period with the Government having the option to exercise four (4) one-year option periods for a total of five (5) years. 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 Products and Commercial Services, applies to this solicitation. Addendum: All offeror quotes for this solicitation must be received electronically through email no later than Thursday, February 16, 2023, 1:00PM Pacific Time. Ensure to reference solicitation number 36C26223Q0498 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, February 14, 2023, 1:00PM Pacific Time. Offers shall be sent by email to Samuel Han at Samuel.Han@va.gov. Offerors shall submit the following via email: Complete Attachment A Schedule of Pricing 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. Tabs 1 5 Offerors shall complete column L for unit prices on each tab. If providing an equivalent product, offerors shall either provide information regarding how their product meets the salient characteristics in Attachment B in Column F - I or alternatively may state where in the offeror s overall submission that information can be found. See 52.211-6 for additional information. Complete Attachment B Statement of Work Offerors must submit a completed Attachment B Statement of Work. Throughout Attachment B, there are several fill-ins and/or checkboxes that must be completed. We recommend that the entire solicitation and statement of work is read completely prior to filling out the solicitation. Section D Minimum Performance Requirements Offeror shall either provide information/evidence regarding how they meet the specified requirements in each green text box or, alternatively, may state where in the offeror s overall submission that information can be found. Blanket Purchase Agreement Administration Data Offerors shall submit this RFQ document with Blanket Purchase Agreement Administration Data completed under Section vi: There are green boxes throughout this document that ask for basic information about the offeror and must be completed. To fill out all required information, use the Tab key on your computer keyboard. This will jump the Offeror to the next field that requires a response. Do not use the Enter key as that will not take the Offeror to the next field and only changes the spacing format of the solicitation. Offerors shall submit their proposals by email to Samuel.Han@va.gov and provide the following company information as a cover letter or within the body of the email: Company s name Company s address Company s Point-of-Contact Name Phone number Email address Company SAM UEI Number Company Tax ID Number (TIN) (ix) 52.212-2 Evaluation -- Commercial Products and Commercial Services (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 minimum performance requirements in Attachment B Statement of Work that is both responsive and responsible. Acceptability of services shall be established by review of each submitted quotation by the designated evaluator(s) and verification that offers meet the salient, technical, physical, functional, or performance characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling, and convincing evidence that meet all the salient, technical, physical, functional, or performance characteristics (see Attachment A and B). 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 Products and Commercial Services, with this solicitation or ensure SAM.gov is updated with current information. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products and Commercial Services, applies to this acquisition. (xiii) The following clauses also apply: 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 60 Days of contract expiration (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 90 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 (not including FAR 52.217-8 Option to Extend Services). (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 52.204-13 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 Nov 2021 52.227-14 Rights in Data - General May 2014 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 Nov 2021 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 852.242-71 Administrative Contracting Officer Oct 2020 (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/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 52.217-5 Evaluation of Options Jul 1990 52.211-6 Brand Name or Equal Aug 1999 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/33a408adc05a4a198858b51de79c539e/view)
 
Place of Performance
Address: Department of Veterans Affairs Veterans Integrated Service Network (NCO) 22 Pathology and Laboratory Medicine Services Multiple Locations, USA
Country: USA
 
Record
SN06587017-F 20230211/230209230111 (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.