SOLICITATION NOTICE
Q -- Dialysate Water Testing & Testing Kits Services
- Notice Date
- 5/2/2024 3:15:26 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W40M USA HCA JBSA FT SAM HOUSTON TX 78234-5074 USA
- ZIP Code
- 78234-5074
- Solicitation Number
- W81K0224Q0039
- Response Due
- 5/17/2024 12:00:00 PM
- Archive Date
- 06/01/2024
- Point of Contact
- Walter J. Bischoff, Phone: 3604860707, Fax: 3604860787
- E-Mail Address
-
walter.j.bischoff.civ@health.mil
(walter.j.bischoff.civ@health.mil)
- Description
- ������������������������������� THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is solicitation, no. W81K0224Q0039; Purchase Request; 0012104040, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02.� The associated North American Industrial Classification System (NAICS) Code for this procurement is 541380; Size Standard for small business is 19M. �RFQ is being issued as �100% SMALL BUSINESS SET-ASIDE. �� �This requirement is for Madigan Army Medical Center Tacoma Washington, a requirement exist for Water Dialysate Testing and Test Kits services� in accordance with AAMI guidelines for the Dialysis Clinic, at Madigan Army Medical Center, which includes, Bacteriology Testing, �Colony Counts, Analytical Testing, and other specialized testing as required. **The following Line Items are requested to be priced as a Base Year w/(4) Options: Period of Performance: 01 July 2024 � 30 June 2029 ��� ***LINE#���� ����������� �Item Description:������� ����������� ��� QTY� � ��������� Times Performed ITEM:� 0001 ������������ Colony Count-48 Hour Tests������� KT��� 16������� ����������� 12 times������� ITEM: �0002� ���������� LAL/Endotoxin Tests�������������� ��� KT��� 16������������������� 12 times ITEM:� 0003� ���������� AAMI Panel Tests������������������� ��� KT��� 12������� ����������� 1 time ITEM:� 0004 ����������� Fluid Balance� ����������������������� ��� KT��� 20������������������� 1 time ITEM:� 0005 ������������ Fedex Shipping (Mon-Thurs)� �� EA���� 14������������������� Per Year ** The Items 0001 through 0005 represent what is required each Period of Performance (12 months). When submitting pricing please indicate whether your price is good for all periods of Performance or, if your pricing would change, list the pricing of each item for each Period of Performance. � ***Note: �Quantity equals number of tests required per month with �Times Performed� equals number of times during each year.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� ������ � �All responsible Contractors shall provide an offer for the following Brand Name or Equal: Laboratory �Dialysis Testing Services; Commercial Water Testing Services. Water Testing for Nephrology Department SALIENT CHARACTERISTICS Water Quality for Dialysis treatment. The quality of the water for patient with kidney failure plays an essential role on the treatment of the patient; the purity levels need to be at specific levels to prevent harming the patient that is receiving the treatment. The Association for the Advancement of Medical Instrumentation (AAMI) and the American National standards Institute (ANSI) established the standard that hospitals are using now, and it is a requirement for hospitals so that they can have the Joint Commission accreditation (see AAMI/ANSI 13959:2014 or 2019 ISO 23500 series of dialysis fluid standards). First, acceptable microbiological and bacteria levels must be met for the water to be safe for use for dialysis treatment.� Nephrology, dialysis department, Madigan Army Medical Center is requesting DHA Service Contract Approval for Water/Dialysate Colony Count Testing Service. Characteristics: As part of the covered Dialysis Water Testing Services the vendor; Shall include and provide all sample collection supplies defined as �Kit� to include: Shipping box Freezer pack Requisition Test tubes and bottles Shipment of supplies to clients Restock kits and re-send to client after use Shall perform testing for Endotoxin limulus amebocyte lysate (LAL) to ensure water quality meets AAMI microbiological Standards for Dialysis treatment. Shall perform testing for Colony forming Units also known as Colony Count to ensure levels meets AAMI standards for Dialysis treatment. Shall perform testing for the AAMI Contaminant Panel testing to validate that water quality meets the standard contaminant levels in dialysis. Shall perform Fluid Balance Testing Shall provide shipping of kits/supplies to customer upon award of contract. Shall report results immediately upon completion of testing by Email, our Website or Fax. Shall provide phone support and E-mail communications to discuss failures or other testing issues SUBMISSION and EVALUATION of FACTORS: The Government will award a contract resulting from this solicitation to the responsible offeror on the Lowest Price Technically Acceptable methodology. Submission: General: �Once the Contracting Officer (KO) has decided to whom an award will be made, a signed completed contract (SF1449 form) will be sent to the company. �For this requirement, a company must have an active System for Award Management (SAM) registration, UEI, and CAGE code.� A contract will be in existence once the Contracting Officer has signed the contract. What to submit as part of an RFQ Offer: Include company name, CAGE code, Vendor Point of Contact information, technical abilities (see below), and price. Technical Factor: Describe your company�s abilities providing the Dialysis Water Testing and to support the above salient characteristics. �Include your company�s experience and a brief overview of your mission.� �Include description of past projects that your company has worked, challenges you have encountered and how you overcame the challenges. Also include any processes/programs that you believe makes your company better situated in tackling this project. Offeror submission must include enough information to clearly demonstrate to the Contracting Officer whether or not product/ services meet the salient and technical specifications listed above.� Evaluation The government will initially list proposals from lowest to highest price. The government will evaluate the five lowest priced proposals first.� If those proposals are determined technically unacceptable, the government will evaluate the next five lowest priced proposals and continue in that manner until a proposal is rated Technically Acceptable.� USING THIS PROCEDURE, THE GOVERNMENT MIGHT NOT EVALUATE ALL PROPOSALS. A Technically acceptable offer will meet all of the characteristics to perform the required testing, quality contract, and reporting aspects of this requirement. Price will not be rated but will be evaluated to determine price reasonableness. The following provisions apply to this acquisition: 52.212-1 Instruction to Offerors - Commercial Item; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.232-33 Payment by Electronic Funds; 52.252-2 Addendum to 52.212-1.� The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES�� 1. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply;� 52.204-24 Representation Regarding Telecommunication & Video Surveillance Services, or Equipment, 52.204-25 Prohibition on Contracting for certain Telecommunications & Video Surveillance Services & Equipment, 52.204-26 Covered Telecommunications Equipment or Services Representation, 52.204-27 Prohibition on ByteDance Covered Applications, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; �52-211-6 Brand name or equal;� 52.219-6 Notice of Total SB Set-side; 52.219-28 Post Award SB Program Re-representation;� 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases;� 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claims. The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials; 242.203-7002 Requirements to inform employees of whistleblower rights; 252.204-7003 Control of Government personnel work product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation); 252.204 7015 Disclosure of Information to Litigation support contractors; 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.211-7003 Item Unique Identification and Valuation;� 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium;� 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program; 252.225-7048 Export Controlled Items,; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.244-7000 Subcontracts for Commercial Items and Commercial Components Potential contractors must be registered in the System for Award Management (SAM), online at www.sam.gov to be eligible for an award. Offers & supporting documentations are due by 17 May 2024 @ 12noon, Pacific Standard Time (PST). Submit offers via return email to: Walter.j.Bischoff.civ@health.mil.� NOTE:� ALL QUESTIONS NEED TO BE SUBMITTED VIA EMAIL AND SUBMITTED PRIOR TO 17 MAY 2024 AT 1200 NOON (PST).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2e4bac879ef14f638abe9b630476b030/view)
- Place of Performance
- Address: Greenwood, SC 29649, USA
- Zip Code: 29649
- Country: USA
- Zip Code: 29649
- Record
- SN07049927-F 20240504/240502230038 (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 |