Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOLICITATION NOTICE

65 -- Cost Per Reportable Result for Leased Coagulation Analyzers and Reagents Supplies for Bayne Jones Army Community Hospital (BJACH), at Fort Polk, Louisiana

Notice Date
6/27/2023 3:40:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
W40M USA HCA JBSA FT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Solicitation Number
W81K00-23-R-0034
 
Response Due
7/10/2023 9:00:00 AM
 
Archive Date
07/25/2023
 
Point of Contact
Chris Finkenstadt, Albert Lee
 
E-Mail Address
john.c.finkenstadt2.civ@health.mil, albert.a.lee.civ@health.mil
(john.c.finkenstadt2.civ@health.mil, albert.a.lee.civ@health.mil)
 
Description
Combined Synopsis/Solicitation IAW FAR Subpart 12.6 Cost Per Reportable Result for Leased Coagulation Analyzers and Reagents Supplies for Bayne Jones Army Community Hospital (BJACH), at Fort Polk, Louisiana This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 1.� The solicitation number W81K00-23-R-0034 and is issued as a Request for Quotation (RFQ).� 2.� The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20230131. 3.� This acquisition is conducted as Unrestricted Full and Open Competitive.� The North American Industrial Classification System (NAICS) Code that best fits this requirement is� 325413, In-Vitro Diagnostic Substance Manufacturing. �The NAICS code selected best fits PSC 6550 � In Vitro Diagnostic Substances, Reagents, Test Kits And Sets. �Small Business Size Standard: 1,250 number of employees. All eligible businesses may submit an offer, which will be considered. 4.� The Government intends to make award based on the initial quote submissions without conducting interchanges. �Therefore each quote should contain the quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to hold interchanges if, during the evaluation, it is determined to be in the best interest of the Government, IAW FAR 52.212-1(g). �Interchanges are fluid interaction(s) between the Contracting Officer (CO) and the contractors that may address any aspect of the quote and may or may not be documented in real time. �However, the Government reserves the right to conduct interchanges using Interchange Notices (IN). �Vendor responses to the INs will be considered in making the order selection decision.� Interchanges may be conducted with one, some or all offerors as the Government is not required to conduct interchanges with any or all vendors responding to this solicitation. 5.� See the attached solicitation Schedule of Supplies/Services (Reference Atch 3) for applicable contract line items (CLINS), quantities and units of measures. 6.� Supplies:� This requirement is for supplies in support of the Bayne Jones Army Community Hospital (BJACH), Fort Polk, Louisiana to provide two (2) Leased Automated Coagulation Analyzer Systems and Reagents Supplies used in support of the coagulation testing mission at Bayne Jones Army Community Hospital (BJACH). The testing will be performed on coagulation analyzers installed at the BJACH laboratory. The Contractor shall provide all reagent, equipment, material, and personnel and any other items as defined IAW Performance Work Statement (PWS). The scope is defined by the Performance Work Statement (PWS) (See Attached).� The requirement is for a one (1) year base period plus four (4) twelve-month option periods (01 October 2023 � 30 September 2028). 7.� The provision at 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services, applies to this acquisition. ADDENDUM TO FAR 52.212-1 QUOTATION PREPARATION INSTRUCTIONS (a) To assure timely and equitable evaluation of quotations, quoters must follow the instructions contained herein. Quoters are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. �Failure to meet a requirement may result in an offer being ineligible for award. �Quoters must clearly identify any exceptions to the solicitation terms and conditions and provide complete accompanying rationale. (b) Submission of quotes. Submit quotes, to include all fill-in clauses to the office specified in this solicitation at or before the exact time specified in this solicitation. (c) Address any questions, clarifications or concerns you may have via email to: J. Chris Finkenstadt, john.c.finkenstadt2.civ@health.mil and Mr. Albert A. Lee, albert.a.lee.civ@health.mil . (d) Exceptions taken to terms and conditions of the RFQ, to any of its attachments, or to other parts of the RFQ shall be identified. �Provide rational in support of the exception and fully explain its impact, if any, on the performance, schedule, cost and specific requirements of the RFQ. �Failure to comply with the terms and conditions of the RFQ may result in the quoter being removed from consideration for award. 8.� The provision at 52.212-2, Evaluation�Commercial Products and Commercial Services, applies to this acquisition. ADDENDUM TO FAR 52.212-2 EVALUATION PROCEDURES Reference FAR 52.212-2, paragraph (a) is hereby tailored as follows: (a) Best value determination will be based on a Lowest Price Technically Acceptable approach. �The Government will award a single contract resulting from this RFQ to the responsible quoter whose services are technically acceptable and quotes the lowest overall price. The following factors shall be used to evaluate quotes: ��������������� (i)�� Technical ��������������� (ii)� Price If five (5) or fewer quotes are received, the Government will evaluate all quotes for technical acceptability.� If more than five (5) quotes are received, the Government will then evaluate the five (5) lowest priced quotes for Technical Acceptability. �However, the Government reserves the right to evaluate additional quotes for technical acceptability if deemed to be in the Government�s best interest.� If additional quotes are evaluated for technical acceptability, they will be evaluated in the order of increasing total evaluated price, when the agency determines that none of the initial five (5) lowest priced quotes are qualified as acceptable. �The agency will reject and not consider for award any quote found technically unacceptable and ineligible for award under the terms of this RFQ, in the absence of interchanges. The evaluation process shall proceed as follows: 1.� Technical: The Government will evaluate the quoter's capabilities to provide the Leased Coagulation Analyzers and Reagents supplies as stated in the RFQ. �The supplies recommended by the quoter will be evaluated in how they satisfy all of the Performance Work Statement (PWS), Salient Characteristics and performance objectives provided in the RFQ instructions. �Each salient characteristic and performance objective will be rated individually as either 'acceptable' or 'unacceptable' and any performance objective receiving an 'unacceptable' will make the quoter ineligible for award. Any quote submitted with more than 20 pages will result in an unacceptable rating. Failure to address EACH performance objective in sufficient detail with an unambiguous response will result in an unacceptable rating. Failure to include a certified query of the List of Excluded Individuals and Entities (LEIE) or the TRICARE Sanctioned Provider List of any current or future employees within the quote will result in an unacceptable rating. Adjectival Rating -Description- Acceptable: Quote clearly meets the minimum requirements of the performance work statement, salient characteristics and performance objectives of the RFQ. Unacceptable: Quote does not clearly meet the minimum requirements of the performance work statement, salient characteristics and performance objectives of the RFQ. 2.� Price: The Government will evaluate quotes for award purposes by overall total price.� Quoters are required to accurately complete the Schedule of Supplies/Services (See Attached). �Incomplete Schedule of Supplies/Services or quotes could indicate lack of understanding of the requirement and may result in the entire quote being determined unacceptable or eliminated from further consideration. Price will not be scored or rated. �The Government will evaluate quoters for award purposes by adding the total price for all options to the total price for the basic requirement. �For evaluation purposes, the Total Evaluated Price (TEP) is the sum of all CLINs combined. �Evaluation of options shall not obligate the Government to exercise the option(s). �The TEP will be evaluated for fair and reasonableness. Fair and reasonableness: �A price is fair and reasonable if, in its nature and amount, does not exceed that which would be incurred by a prudent person in the conduct of competitive business. �The Government will use any of the procedures of FAR 13.106-3(a) to make a fair and reasonable determination on TEP. Pricing will be reviewed to determine reasonableness based on market research. Options. �The Government will evaluate quoters for award purposes by adding the total price for all options to the total price for the basic requirement. �The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. �Evaluation of options shall not obligate the Government to exercise the option(s). �The last option year prices will be valid for any extensions. A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a purchase order without further action by either party. �Before the quoter's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are interchanges after its receipt, unless a written notice of withdrawal is received before award. Note: �The government intends to award without interchanges. The government reserves the right to enter into interchanges, if deemed necessary by the Contracting Officer, to include price clarifications. 9.� Quoter(s) is(are) required to include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services, with their quote. A quoter shall complete only paragraph (b) of this provision if the contractor has completed the annual representations and certifications electronically via http://www.sam.gov. �If a quoter has not completed the annual representations and certifications electronically at the SAM website, the contractor shall complete only paragraphs (c) through (o) of this provision. 10.� The Government will award a single contract resulting from this RFQ to the responsible quoter whose supplies are technically acceptable and quotes the lowest overall price.� 11.� The clause at 52.212-4, Contract Terms and Conditions � Commercial Products and Commercial Services, applies to this acquisition and also Addendum to FAR 52.212-4. 12.� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation), all FAR clauses cited in the clause are applicable to the acquisition. 13.� Additional contract requirement(s) or terms and conditions: �See attached. 14.� Defense Priorities and Allocations System (DPAS) and assigned rating: N/A 15.� Independent consultation with Government Officials concerning the project requirements is prohibited since evaluation of quotations will be based on requirements stated in the Request for Quotation. �Industry Generated Questions regarding the design, coordination, or interpretation of RFQ requirements during the solicitation phase shall be in writing and directed to the Contract Specialist, Mr. J. Chris Finkenstadt, at john.c.finkenstadt2.civ@health.mil, with a courtesy copy to Mr. Albert A. Lee at albert.a.lee.civ@health.mil no later than 06 July 2023 at 1:00 P.M. (CST).� Questions submitted after the question due date will not be accepted. 16.� Complete quotation is due NLT 11:00AM CST on 10 July 2023.� Deliver to U.S. Army Health Contracting Activity/ Medical Readiness Contracting Office � West electronically, ATTN: �J. Chris Finkenstadt, john.c.finkenstadt2.civ@health.mil and Mr. Albert A. Lee at albert.a.lee.civ@health.mil . �It is each contractor�s responsibility to ensure their quote and all data is complete and IAW the RFQ.� The government assumes no responsibility for late or incomplete responses to the RFQ.� Late responses will be processed IAW FAR 52.212-1(f). 17.� POC:� J. Chris Finkenstadt, john.c.finkenstadt2.civ@health.mil, and Mr. Albert A. Lee at albert.a.lee.civ@health.mil . 18.� NOTICE TO QUOTERS: �The Government reserves the right to cancel this RFQ either before or after the closing date.� In the event the Government cancels this RFQ, the Government has no obligation to reimburse any offeror for any costs.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2650a1bff8da436f8a0715cd13125ff9/view)
 
Place of Performance
Address: Fort Polk, LA 71459, USA
Zip Code: 71459
Country: USA
 
Record
SN06729895-F 20230629/230627230047 (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.