SOLICITATION NOTICE
65 -- Solicitation Gel Automatic Tests for VA Portland. Vendors submitting quotes must have an active FSS contract.
- Notice Date
- 10/13/2023 9:10:12 AM
- Notice Type
- Presolicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024Q0002
- Response Due
- 10/20/2023 5:00:00 PM
- Archive Date
- 11/19/2023
- Point of Contact
- Hector D Gonzalez, hector.gonzalez1@va.gov
- E-Mail Address
-
hector.gonzalez1@va.gov
(hector.gonzalez1@va.gov)
- Awardee
- null
- Description
- PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIVE DATE 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. UEI: EFT: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. NOV 2021) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 14 36C26024Q0002 10-13-2023 Hector Gonzalez 360-553-7632 10-20-2023 17:00 PDT 36C260 Department of Veterans Affairs Network Contracting Office 20 1601 E. Fourth Plain Blvd Bldg.17, Suite B428 Vancouver WA 98661 X 325413 N/A X 648 Department of Veterans Affairs Portland VA Medical Center 3710 NW US Veterans Hospital Road Vancouver WA 97239-2999 36C260 Department of Veterans Affairs Network Contracting Office 20 1601 E. Fourth Plain Blvd Bldg.17, Suite B428 Vancouver WA 98661 Dept of Veterans Affairs FMS-VA-2(101) Financial Services Center PO BOX 149971 Austin TX 78714-9971 See CONTINUATION Page a. Location: Portland VA Medical Center. b. Supplies Being Solicited: Gel Automation Tests. c. This is a Base Plus Four Blanket Purchase Agreement. Base Year: 11/01/2023 - 10/31/2024 Option Year One (1): 11/01/2024 - 10/31/2025 Option Year Two (2): 11/01/2025 - 10/31/2026 Option Year Three (3): 11/01/2026 - 10/31/2027 Option Year Four (4): 11/01/2027 - 10/31/2028 d. Please see the Continuation Pages below for details regarding the submission of quotes, E.1 52.212-1. e. For further information, please contact Hector Gonzalez at hector.gonzalez1@va.gov. See CONTINUATION Page X X X 1 Jose Ronstadt Contracting Officer 36C26024Q0002 Page 1 of Page 2 of 16 Page 1 of Table of Contents SECTION A 1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES 1 SECTION B - CONTINUATION OF SF 1449 BLOCKS 3 B.1 STETEMENT OF WORK 3 B.2 PRICE/COST SCHEDULE 4 ITEM INFORMATION 4 B.3 DELIVERY SCHEDULE 5 B.4 INTRODUCTION 5 B.5 TERMS AND CONDITIONS 6 B.6 ADMINISTRATIVE DATA 6 B.7 PRICING DATA 6 B.8 OBLIGATION OF FUNDS 6 B.9 AUTHORIZED INDIVIDUALS 6 B.10 ORDER FORMAT 7 B.11 AUTHORIZED REPRESENTATIVES 7 B.12 FEDERAL HOLIDAYS 7 B.13 PRECEDENCE 7 SECTION C - CONTRACT CLAUSES 8 C.1 FSS RFQ INTRODUCTORY LANGUAGE 8 C.2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 8 C.3 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 8 C.4 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 8 C.5 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) 9 C.6 VAAR 852.208-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS ORDERS or BPAs (JAN 2023) (DEVIATION) 9 C.7 VAAR 852.208-71 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTOR COMMITMENTS-ORDERS AND BPAS (JAN 2023) (DEVIATION) 10 C.8 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) 10 C.9 VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) 11 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 12 SECTION E - SOLICITATION PROVISIONS 13 E.1 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018) 13 E.2 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) 13 E.3 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 13 36C26024Q0002 Page 1 of Page 9 of 16 Page 1 of SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 STETEMENT OF WORK 1. Contract Title. Gel Automation Testing for P&LMS Blood Bank. 2. Background. Pathology and Laboratory Medicine Services (P&LMS) Blood Bank is seeking fully automated gel instrument and reagents to perform Type & Screen testing with antibody ID panels. Preferred tests included DAT (Direct Antigen Testing), IS and AHG crossmatches and the capability to test for antigens. Contract type will be cost per test with analyzer included. 3. Scope. Provide automated GEL analyzer to perform Blood Bank Testing Instrument must be gel technology. Instrument must be free standing or comes equipped with its own self-sustaining mobile stand. Instrument must have minimally two independent centrifuges; desirably three centrifuges to facilitate efficiency of random loading of test. The instrument must have the lowest technologist interaction maintenance time. Prefer predominant internal self-maintained instrumentation maintenance, the least interaction possible desired. Instrument must use a DI water-based solution; preventing the use of salt-based wash solutions; which introduces additional errors in testing. The instrument must have no technologist intervention required to start sample processing; must be able to perform base routine panels on all samples with minor tech programming. Instrument must have the ability to interface with other VA technology to facilitate VA to VA interaction on complicated cases and in instances of staff shortage. Instrument must be quiet and not exceed OHSA recommendations (not to exceed 30 decibels) for noise levels. Instrument must have random access for testing greater than 100 samples (Prefer >150 sample). Instrument must have the capability to interface with the Laboratory information system(s). Instrument must have the ability to auto verify normal results and conduct patient delta checks with history for patient safety. Provide Reagents Gel cards must be stored in a matter that limits the amount of dust to prevent errors on analyzer. 4. Delivery Within 60 days of the contract award the vendor will deliver instrument and reagents to the VA Portland Medical Center. 5. Performance Monitoring Upon delivery, the instrument will be checked against the contract to confirm the model and if applicable accessories are correct. The VA Portland Medical Center Bio Medical section and/or Engineering Service will check the Automated instrument and any accessories for electrical safety, cosmetic damage, and functionality. Should the delivered items fail any of the Performance Monitors; the vendor will exchange/replace the items, at no charge to the VA Portland Medical Center. The vendor will provide a minimum of 2 months to a maximum of 6 months testing period to verify instrument and reagents meet requirements specified in paragraph 3, Scope. 6. Security Requirements VHA Handbook 6500.6 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). Not Applicable. 10. Place of Performance. VA Portland Medical Center. Station 648; Pathology and Laboratory Medicine Services; 2C-110. B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 1.00 YR ___________ ______________ ORDER FOR BLOOD BANK TESTS EQUIPMENT. Contract Period: Base POP Begin: 11-01-2023 POP End: 10-31-2024 2001 1.00 YR ___________ ______________ ORDER FOR BLOOD BANK TESTS EQUPMENT. Contract Period: Option 1 POP Begin: 11-01-2024 POP End: 10-31-2025 3001 1.00 YR ___________ ______________ ORDER FOR BLOOD BANK TESTS EQUIPMENT. Contract Period: Option 2 POP Begin: 11-01-2025 POP End: 10-31-2026 4001 1.00 YR __________ ______________ ORDER FOR BLOOD BANK TESTS EQUIPMENT. Contract Period: Option 3 POP Begin: 11-01-2026 POP End: 10-31-2027 5001 1.00 YR __________ ______________ ORDER FOR BLOOD BANK TESTS EQUIPMENT. Contract Period: Option 4 POP Begin: 11-01-2027 POP End: 10-31-2028 GRAND TOTAL B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE ALL SHIP TO: PORTLAND VAMC 3710 NW US VETERANS HOSPITAL ROAD PORTLAND, OR 97239 2999 USA ALL POP: 11/01/23-10/31/28 B.4 INTRODUCTION In the spirit of the Federal Acquisition Streamlining Act, the Department of Veterans Affairs (DVA) and hereby enter into a cooperative agreement, otherwise referred to as a Blanket Purchase Agreement (BPA), to further reduce the administrative costs of acquiring supplies/services from the General Services Administration (GSA) Federal Supply Schedule Contract # __________________. Federal Supply Schedule contract BPA's eliminate contracting and open market costs such as: search for sources; the development of technical documents, solicitations, and the evaluation of offers. Teaming Arrangements are permitted with Federal Supply Schedule Contractors in accordance with Federal Acquisition Regulation (FAR) 9.6. The agreement details all Supplies with accompanying prices and descriptions, which may be ordered under this BPA. This BPA expires on _______________ or such later ending date as determined by the exercise of any option. All orders placed against this BPA are subject to the terms and conditions of all the clauses and provisions in full text or incorporated by reference in this document. This BPA can be canceled by either party by giving 30 days notice prior to cancellation effective date. B.5 TERMS AND CONDITIONS Pursuant to GSA FSS Schedule Contract # ________________, regarding Blanket Purchase Agreements, the Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) EXCLUSIVELY WITH the Department of Veterans Affairs: B.6 ADMINISTRATIVE DATA A Blanket Purchase Agreement (BPA) is hereby established between ____________________ and the Department of Veterans Affairs under the following terms and conditions incorporated in this BPA and GSA Federal Supply Schedule contract: Primary Point of Contact: ________________________________________________________ Alternate Point of Contact: _______________________________________________________ DUNS NUMBER: ______________________________________________________________ Cognizant Office (Include complete address): ________________________________________ Department of Veterans Affairs Network Contracting Office 20 1601 E. Fourth Plain Blvd Bldg.17, Suite B428 Vancouver WA 98661 B.7 PRICING DATA 1. The prices included on the BPA list (or applicable ""discounted"" rates submitted in a proposal response to an RFQ resulting in award) that are in effect on the effective date of an order shall govern that order's basic performance period. With regard to any option years, which are later exercised, the proposed option year rates as incorporated into the order award are in effect until such time, if applicable, that the contractor has been authorized a rate increase culminating from a negotiation with the Contracting Officer. B.8 OBLIGATION OF FUNDS This BPA does not obligate any funds. The Government is obligated only to the extent of authorized orders actually issued under the BPA by the Contracting Officer. B.911 AUTHORIZED INDIVIDUALS The primary Contracting Officer (CO) for this Agreement is: Department of Veterans Affairs Network Contracting Office 20 1601 E. Fourth Plain Blvd. Bldg. 17 Suite B428 Vancouver, WA 98661 B.10 ORDER FORMAT Orders will be placed against this BPA via e-mail, Electronic Data Interchange (EDI), FAX, or in hardcopy format. Each individual BPA Task Order will describe the tasks, services and deliverables required. B.113 AUTHORIZED REPRESENTATIVES The primary Contracting Officer (CO) for this Agreement is: Department of Veterans Affairs Network Contracting Office 20 1601 E. Fourth Plain Blvd Bldg.17, Suite B428 Vancouver, WA 98661 B.12 FEDERAL HOLIDAYS Unless specifically authorized in writing by the Contracting Officer, no services will be provided and no charges will be incurred and/or billed to any order on this contract on any of the Federal Holidays listed below. New Year s Day Labor Day Birthday of Martin Luther King, Jr. Columbus Day Washington s Birthday Veterans' Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day B.13 PRECEDENCE The Terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor's invoice, the provisions of this BPA will take precedence. 36C26024Q0002 Page 1 of Page 13 of 16 Page 1 of SECTION C - CONTRACT CLAUSES C.1 FSS RFQ INTRODUCTORY LANGUAGE The terms and conditions of the contractor's FSS contract (including any contract modifications) apply to all Blanket Purchase Agreements (BPA) and task or delivery orders issued under the contract as a result of this RFQ. When a lower price has been established, or when the delivery terms, FOB terms, or ordering requirements have been modified by the BPA or task/delivery order, those modified terms will apply to all purchases made pursuant to it and take precedence over the FSS contract. Any unique terms and conditions of a BPA or order issued under the contract that are not a part of the applicable FSS contract will govern. In the event of an inconsistency between the terms and conditions of a BPA or task/delivery order and the Contractor's FSS terms, other than those identified above, the terms of the FSS contract will take precedence. C.2 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): (End of Clause) C.3 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) C.4 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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 10/31/2028. (End of Clause) C.5 VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) The Contractor shall not make reference in its commercial advertising to Department of Veterans Affairs contracts in a manner that states or implies the Department of Veterans Affairs approves or endorses the Contractor s products or services or considers the Contractor s products or services superior to other products or services. (End of Clause) C.6 VAAR 852.208-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS ORDERS or BPAs (JAN 2023) (DEVIATION) (a) In an effort to increase contracting opportunities for Veterans, depending on the evaluation factors included in the solicitation, VA will evaluate responses received based on the schedule Contractor s certified service-disabled veteran-owned small business/veteran-owned small business (SDVOSB/VOSB) status; and/or their proposed use of certified SDVOSB/VOSB listed in the SBA certification database on the SBA Veteran Small Business Certification Program portal at https://veterans.certify.sba.gov/ (see 13 CFR 128) as subcontractors or teaming partners. (b) To receive credit under this clause a contractor or subcontractor must be listed, at time of submission of offer/quotes and at time of award, as certified SDVOSB/VOSB in the SBA certification database on the SBA Veteran Small Business Certification Program portal at https://veterans.certify.sba.gov/ (see 13 CFR 128) and be otherwise eligible in accordance with SBA size Standards for the acquisition and limitations on subcontracting requirements set forth in SBA regulations (see 13 CFR 121, 125 and 128.). (c) A certified SDVOSB listed in the SBA certification database schedule holder will receive full credit, and a certified VOSB listed in the SBA certification database schedule holder will receive partial credit for the SDVOSB/VOSB status evaluation factor. (d) Offerors other than SDVOSBs or VOSBs proposing to use certified SDVOSBs/VOSBs listed in the SBA certification database as subcontractors/teaming partners, will receive some consideration under this evaluation factor. To receive consideration, offerors must provide in their proposals: (1) The name(s) and contact information of the certified SDVOSB(s)/VOSB(s) listed in the SBA certification database with whom they intend to team or subcontract. (2) A brief description of the proposed team or subcontractor(s) arrangement. (3) The approximate dollar value of the proposed teaming arrangements or subcontract(s). (4) Evidence of teaming partner/ subcontractor s listing in the SBA certification database. (e) Pursuant to 38 U.S.C. 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment for a period of not less than five years. This includes the debarment of all principals in the business. (End of Clause) C.7 VAAR 852.208-71 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTOR COMMITMENTS-ORDERS AND BPAS (JAN 2023) (DEVIATION) (a) The Contractor agrees, if selected on the basis of having certified service-disabled veteran-owned small business (SDVOSB) or veteran-owned small business (VOSB) status (see 13 CFR 128), to comply with the eligibility requirements in subpart 819.70, including the limitation on subcontracting requirements at 13 CFR 125.6. (b) The Contractor agrees, if selected for award on the basis of teaming/subcontracting in accordance with 852.208 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors Orders and BPAs, to use the evaluated firm(s) as proposed or if approved by contracting officer to substitute one or more certified SDVOSB/VOSB listed in the SBA certification database for work of the same or similar value. (c) Pursuant to 38 U.S.C. 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment for a period of not less than five years. This includes the debarment of all principals in the business. (End of Clause) C.8 VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001; (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment; (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests; (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances in this paragraph (e), the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) C.9 VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation will be furnished to the Contractor. (End of Clause) 36C26024Q0002 Page 1 of Page 14 of 16 Page 1 of SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS This page left intentionally blank. 36C26024Q0002 Page 1 of Page 16 of 16 Page 1 of SECTION E - SOLICITATION PROVISIONS E.1 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018) (a) Any protest filed by an interested party shall (1) Include the name, address, fax number, email and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester s representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and Contracting Officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) E.2 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018) (a) As an alternative to filing a protest with the Contracting Officer, an interested party may file a protest by mail or electronically with: Executive Director, Office of Acquisition and Logistics, Risk Management and Compliance Service (003A2C), Department of Veterans Affairs, 810 Vermont Avenue NW, Washington, DC 20420 or Email: EDProtests@va.gov. (b) The protest will not be considered if the interested party has a protest on the same or similar issue(s) pending with the Contracting Officer. (End of Provision) E.36 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: Contractors will be evaluated as either acceptable or non-acceptable for each technical specification listed in the SOW (page 3, part 3). Technical and past performance, when combined, are: Instrument must be gel technology. Instrument must be free standing or comes equipped with its own self-sustaining mobile stand. Instrument must have minimally two independent centrifuges; desirably three centrifuges to facilitate efficiency of random loading of test. The instrument must have the lowest technologist interaction maintenance time. Prefer predominant internal self-maintained instrumentation maintenance, the least interaction possible desired. Instrument must use a DI water-based solution; preventing the use of salt-based wash solutions; which introduces additional errors in testing. The instrument must have no technologist intervention required to start sample processing; must be able to perform base routine panels on all samples with minor tech programming. Instrument must have the ability to interface with other VA technology to facilitate VA to VA interaction on complicated cases and in instances of staff shortage. Instrument must be quiet and not exceed OHSA recommendations (not to exceed 30 decibels) for noise levels. Instrument must have random access for testing greater than 100 samples (Prefer >150 sample). Instrument must have the capability to interface with the Laboratory information system(s). Instrument must have the ability to auto verify normal results and conduct patient delta checks with history for patient safety. Gel cards must be stored in a matter that limits the amount of dust to prevent errors on analyzer. (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 in the offer, 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)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/88193478d1924bfe9186f603168f5aae/view)
- Place of Performance
- Address: See RFQ 36C26024Q0002
- Record
- SN06859301-F 20231015/231013230045 (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 |