The RFP Database
New business relationships start here

FY20 Base Year Plus 4 Options MICROBIOLOGY LAB TESTING


Louisiana, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Attachment 2: Combined Synopsis/Solicitation for Commercial Items
VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 4 of 4
Original Date: 10/12/17
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
[36C256-19-Q-1316]
Posted Date:
[9-17-2019]
Original Response Date:
[9-24-2019]
Current Response Date:
[9-24-2019]
Product or Service Code:
[Q301]
Set Aside:
[Not Set-aside]
NAICS Code:
[621511]
Contracting Office Address
Network Contracting Office 16
510 East Stoner Ave
Shreveport, LA 71101
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-02 (effective 05/06/19).

The associated North American Industrial Classification System (NAICS) code for this procurement is 621511, with a small business size standard of $32.5 million.

The G.V. (Sonny) Montgomery VA Medical Center is seeking Microbiological Testing Services to analyze various microbiological samples in accordance with/as defined in, the Statement of Work.

All interested companies shall provide quotation(s), for the following:






Services
STATEMENT OF WORK
Microbiological Testing Service
G.V. (Sonny) Montgomery VA Medical Center
Jackson, Mississippi 39216

GENERAL REQUIREMENTS:

G.V. (Sonny) Montgomery Department of Veterans Affairs, Jackson, MS., requires an ISO 17025 accredited microbiology laboratory that will analyze microbiological surface samples, Gloved Fingertip and Thumb Testing (GFT) samples and Media Fill Testing (MFT) samples obtained by Sampling results will be processed and analyzed according to USP standards for sterile compounding.

All sampling supplies, plates and media fill will be provided by the laboratory pursuant to this contract. Certificate of analysis from the manufacturer will be provided for each lot of growth media to verify that the media meet the expected growth promotion, pH, and sterilization requirements. Samples must be incubated in a calibrated incubator at temperatures that will promote growth of bacteria and fungi. The incubator temperature must be monitored during incubation, either manually or by a continuous recording device.

The contractor shall process personnel aseptic competency (GFT and MFT) testing samples according to the most current version of CETA CAG-009, and 2019 USP standards to ensure that sterile compounding personnel are properly trained and competent to aseptically compound sterile products within the sterile compounding facility.

The contractor shall process viable surface samples according to the most current version of CAG-009, and 2019 USP standards to assess the cleaning procedures and processes for the sterile compounding areas.

If CFU levels measured during viable surface sampling exceed USP threshold levels, the report will at minimum identify genus and, when possible, species of any microorganism recovered on report, in addition to the location of the CFU and specific recommendations for remediation.

If CFU levels measured during GFT or MFT testing exceed USP threshold levels, the report will at minimum identify genus and, when possible, species of any microorganism recovered on the report, in addition to the identifying information for the sample.


SCOPE:

The contractor shall perform routine work detailed in this Statement of Work (SOW) on a regular schedule, mutually agreed upon by the Contractor and Contracting Officer Representative (COR).

The number of surface sampling, gloved fingertip and thumb testing (GFT) and media fill testing (MFT) may change throughout the contract period. This is the Government's best estimate of the number and type expected to be tested and sampled by the contract. The Government reserves the right to delete or add units as required.

If the numbers of listed items will be exceeded, no work is authorized without the prior written approval of the Contracting Officer (CO) to account for it. Work items or services not already included in this SOW, but relevant to it, may be ordered by the CO without further competition. Only the CO has the right to obligate funding or order work not expressly detailed in this SOW. The Government shall not be held responsible for payment for any work performed by the Contractor that is outside the scope of this contract or without the prior approval of the CO.

Task:
Bacteria and Fungi surface sample analysis
Bacterial and fungal glove fingertip and thumb sample analysis
Media Fill sample analysis

Pharmacy IV personnel will conduct gloved fingertip and thumb testing, media fill testing and surface sampling according to USP guidelines and pharmacy needs. Pharmacy IV personnel shall collect, label and prepare all samples for shipping pursuant to instructions provided by the contractor to ensure viability of samples during shipping. All samples will be shipped the same day as sampled and will be shipped for next day delivery to the contractor according to instructions. If there is a concern for the integrity of any samples received, the contractor will notify the IV Program Manager, or if unavailable, the Associate Chief Pharmacy Services upon receipt of the samples and make arrangements to repeat the affected sampling process. Days of sampling will be coordinated according to contractor s normal business hours.

Fingertip Sampling Plates:

Gloved fingertip and thumb sampling plates are preferred over paddles or slides. One sampling plate will be used for each hand. Each plate will consist of general microbial growth agar [e.g. typticase soy agar (TSA)] supplemented with neutralizing additives (e.g. lecithin & polysorbate 80) as this agar supports both bacterial and fungal growth. Plates must allow for labeling by the facility with a personnel identifier, which hand was sampled (right or left) and the date and time of sampling.

Contractor will incubate fingertip sampling plates immediately upon receipt at a temperature of 30 degrees to 35 degrees for no less than 48 hours and then at 20 degrees to 25 degrees for no less than 5 additional days. Sampling plates will be stored during incubation to prevent condensate from dropping onto the agar and affecting the accuracy of the cfu reading (e.g., invert plates). All microorganisms will be identified to at least genus, and when possible, to species of the microorganism recovered.

Contractor will report the number of cfu per hand (left hand, right hand) as well as the starting temperature for each interval of incubation, dates of incubation, and the identification of the person who reads and documents the results. Contractor personnel who analyze sampling plates including reading of plates, counting cfu, and performing identification of recovered microorganisms will be a licensed and qualified environmental microbiologist.

Failure is if total cfu for both hands is greater than the action level for the type sampling (i.e., initial or bi-annual). The contractor will notify the IV Program Manager, or if unavailable, the Associate Chief Pharmacy Services, within 1 (one) business day of any failure.

All results will be transmitted the facility within one business day of final analysis.

Table 1. Action Level for Gloved Fingertip Sampling and Thumb Sampling
Gloved Fingertip & Thumb Sampling
Action Level*
Initial sampling after garbing
>0
Subsequent sampling after media-fill testing (every 6 months)
>3
*Action levels are based on the total cfu count from both hands.

Surface Sample Plates:

Surface sampling plates are preferred over paddles or slides. One plate each of general microbial growth agar [e.g. typticase soy agar (TSA)] supplemented with neutralizing additives (e.g. lecithin & polysorbate 80) and one plate of fungal media (malt extract agar or sabouraud dextrose agar) per sampling site.

Microbiological surface monitoring will be performed monthly in all classified areas and pass-through chambers connected to classified areas during dynamic operating conditions. Additional surface sampling may be performed during certification of new facilities and equipment, after servicing facilities or equipment, in response to identified problems, in response to identified trends, or in response to changes that could impact the sterile compounding environment.

Contractor will incubate TSA surface sampling plates immediately upon receipt at a temperature of 30 degrees to 35 degrees for no less than 48 hours. Sampling plates will be stored during incubation to prevent condensate from dropping onto the agar and affecting the accuracy of the cfu reading (e.g., invert plates). Contractor will report the total number of discrete colonies of microorganisms on each plate as cfu per sample, sample location, and sample date. All microorganisms will be identified to at least genus, and when possible, to species of the microorganism recovered and specific recommendations for remediation.

Contractor will incubate fungal media surface sampling plates immediately upon receipt at a temperature of 20 degrees to 25 degrees for no less than 5 days. Sampling plates will be stored during incubation to prevent condensate from dropping onto the agar and affecting the accuracy of the cfu reading (e.g., invert plates). Contractor will report the total number of discrete colonies of microorganisms on each plate as cfu per sample, sample location, and sample date. All microorganisms will be identified to at least genus, and when possible, to species of the microorganism recovered.

Contractor will report the number of cfu per plate as well as the starting temperature for each interval of incubation, dates of incubation, and the identification of the person who reads and documents the results. Contractor personnel who analyze sampling plates including reading of plates, counting cfu, and performing identification of recovered microorganisms will be a licensed and qualified environmental microbiologist.

Failure is if cfu of any plate is greater than the action level for the classified area. The contractor will notify the IV Program Manager, or if unavailable, the Associate Chief Pharmacy Services, within 1 (one) business day of any failure.

All results will be transmitted the facility within one business day of final analysis.

Table 2. Action Levels for Viable Surface Sampling
ISO Class
Surface Sampling Action Levels
(cfu/device or swab)
5
>3
7
>5
8
>50


Media Fill Samples:

Media fill tests will be designed and developed by the IV Program Manager to reflect the most complicated manipulations performed at this facility. Tests may use a combination of bags, vials of soybean-casein digest media and empty sterile vials/bags for assessing competency of compounding staff. Tests may consist of not more than 10-vials total and 2-100ml bags of testing media per test which may include 4-6 sterile empty vials. Individually ordered testing supplies will be preferred over Media Fill Test Kits.

Contractor will incubate MFT samples immediately upon receipt at a temperature of 20 degrees to 25 degrees for 7 (seven) days followed by 7 (seven) days at 30 degrees to 35 degrees to detect a broad spectrum of microorganisms.

Contractor will report pass/fail results as well as the starting temperature for each interval of incubation, dates of incubation, and the identification of the person who reads and documents the results. Contractor personnel who analyze media fill including reading results and performing identification of recovered microorganisms will be a licensed and qualified environmental microbiologist and or technician.

Failure is indicated by visible turbidity or other visual manifestations of growth in the media in one or more container closure unit(s) on or before 14 days. The contractor will notify the IV Program Manager, or if unavailable, the Associate Chief Pharmacy Services, within 1 (one) business day of any failure.

All results will be transmitted the facility within one business day of final analysis.

Place of Performance:

G.V. (Sonny) Montgomery Department of Veteran Affairs
1500 E. Woodrow Wilson Drive
Jackson, Ms. 39216-5199
601-364-1555

Period of Performance:

Table 3. Performance Years
2020 (Base year)
1 October 2019 30 September 2020
2021 (Option year 1)
1 October 2020- 30 September 2021
2022 (Option year 2)
1 October 2021- 30 September 2022
2023 (Option year 3)
1 October 2022- 30 September 2023
2024 (Option year 4)
1 October 2023- 30 September 2024


CONTRACTOR QUALIFICATIONS:

An ISO/TEC 17025 accredited laboratory under the Environmental Microbiology Lab Accreditation Program (EMLAP). Copies of pertinent certifications, licenses and EMLAP accreditation will be required.


PERFORMANCE REQUIREMENT SUMMARY:

Facility related environmental sampling for the CAI, CACI, LAFW, and BSC include the following:
Surface sampling plates: Tryptic soy agar (TSA)- 1 per sample
Surface sampling plates: Malt Extract Agar (MEA or SDA)**- 1 per sample
Viable Surface Sampling analysis
Identification to at least genus for any growth


Personnel related assessments and tests (GFT and MFT) include the following:
Fingertip sampling plates: TSA w/Lecithin and Tween 80- 1 plate per hand
Media fill TSB bags, TSB vials, and sterile empty vials- dependent upon test
Gloved Fingertip and thumb Sampling analysis
Media-Fill Testing analysis
Identification to at least genus for any growth


Table 4. Overview of Sampling
Facility-related cleanroom certification and samplings
Performance Objective
Standard
Performance Threshold
Method of Surveillance
Viable Surface Sampling
FDA
CAG-009
USP
USP
One TSA Sample and one MEA (or SDA) sample from each Horizontal Flow Clean Bench and/or Biological Safety Cabinet or one TSA sample and one MEA sample from the main chamber of each CAI and/or CACI and from each pass-through chamber.
8 samples of each TSA and MEA per month.
Contractor provided reports


Personnel-related Tests
Performance Objective
Standard
Performance Threshold
Method of Surveillance

CAG-009-v3
USP
USP
100% of personnel responsible for sterile compounding every 6 months or as established standards dictate.
28 personnel total every 6 month review. One sampling device per hand (plates) containing general microbial growth agar [e.g. typticase soy agar (TSA)] supplemented with neutralizing additives (e.g. lecithin & polysorbate 80) as this agar supports both bacterial and fungal growth. 56 media fill tests per year consisting of soybean-casein digest media.

Contractor provided reports

Gloved Fingertip and Thumb Sampling
Media-Fill Testing



Tests:

28 personnel garbing and gloving assessments are required every 6 months to validate personnel according to the following criteria:
Initial assessment must be completed three times successfully before compounding
All assessments after the initial assessment must be completed one time every 6 months successfully to continue compounding
28 gloved fingertip samplings are required every 6 months to validate personnel according to the following criteria:
All tests after the initial sampling must be completed one time with no growth to continue compounding
28 media-fill tests are required every 6 months to validate personnel.
16** total surface samplings for each ISO class 5 environment in the segregated compounding area. One bacterial and one fungal surface sample in the direct compounding area for the 2-Horizontal Laminar Clean Bench and the 2-Biological Safety Cabinets, if applicable. One bacterial and one fungal surface sample for each location of the main chamber of the 2-CAIs and 2-CACIs if applicable and one bacterial and one fungal sample in the ante-chamber of each of the 2-CAIs and 2-CACIs.

Assessment Reports: Pass/Fail notifications should be included along with recommendation for remediation where applicable.

Sampling Reports: Results of viable samples and/or surface sampling must be submitted to the IV Program Manager within one (1) business days of the receipt of the results. Failure to follow these procedures may result in delay of payment or nonpayment. Pass/Fail notifications should be included where applicable. Each sampling reports shall contain, at a minimum, the following information:
An SOP or protocol that describes the process for the handling, incubation and analysis for each sampling plate or MFT.
Growth and Sterility Control Reports (where applicable)
Certificate of incubator calibration

Price Schedule: The contract rate is an all-inclusive rate. No separate fees will be allowed.

Contracting with Parties Listed on the OIG List of Excluded Individuals/Entities: In accordance with HIPAA and the Balanced Budget Act (BBA) of 1977, the Office of Inspector General has established a list of parties and entities excluded from Federal health care programs. Specifically, the listed parties and entities may not receive Federal payments due to fraud and/or abuse of the Medicare and Medicaid programs. The list of excluded individuals/entities can be found on the OIG web site at www.hhs.gov/oig. With submittal of proposal, the contractor shall provide evidence than none of the contractor s employees are on the Excluded Parties list.

Invoices/Payments: This provision shall survive the termination or ending of the contract. Payment for services rendered by the Contractor under the terms of this contract will be made upon receipt of a properly executed invoice. Invoice to be submitted within fourteen (14) workdays following completion of the Contractors rendered services. VA will verify services performed and certify invoice for payment within thirty (30) days following date of receipt of sampling reports. Any identified discrepancy(s) in billings shall be cause for extending provisions of this paragraph until the discrepancy or other identified problem with the billing invoice has been resolved. Invoices shall:

Be electronically prepared and submitted in accordance with FAR 52.212-4(g)
Clearly state the terms of any discounts offered
Include the current fiscal year and purchase order number
Include the period of performance covered by the invoice
Accept payment for services rendered under this contract as payment in full. This provision shall survive the termination or ending of the contract.

Information Security Officer, Information Protection: The contractor will not have access to VA Desktop computers nor online resources belonging to the government while conducting services.

Privacy Officer: The contractor will not have access to Patient Health Information (PHI) nor have the capability of accessing patient information during the services provided to the VA.

Records Manager: The contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chapters 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion.

*Surface sampling may be performed on Horizontal Laminar Clean Benches, Biological Safety Cabinets, CAIs, or CACIs dependent upon equipment. Four class 5 environments total will be subject to required surface sampling each month.

B.3 PRICE SCHEDULE
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

300.00
EA
_____________
_____________

130 Fingertip plates, 70 media fills, 100 surface sample plates environmental monitoring with microbial identification to genus on plates.
Contract Period: Base
POP Begin: 10-01-2019
POP End: 09-30-2020

1001

300.00
EA
_____________
_____________

130 Fingertip plates, 70 media fills, 100 surface sample plates environmental monitoring with microbial identification to genus on plates.
Contract Period: Option 1
POP Begin: 10-01-2020
POP End: 09-30-2021

2001

300.00
EA
_____________
____________

130 Fingertip plates, 70 media fills, 100 surface sample plates environmental monitoring with microbial identification to genus on plates.
Contract Period: Option 2
POP Begin: 10-01-2021
POP End: 09-30-2022

3001

300.00
EA
_____________
____________

130 Fingertip plates, 70 media fills, 100 surface sample plates environmental monitoring with microbial identification to genus on plates.
Contract Period: Option 3
POP Begin: 10-01-2022
POP End: 09-30-2023

4001

300.00
EA
_____________
____________

130 Fingertip plates, 70 media fills, 100 surface sample plates environmental monitoring with microbial identification to genus on plates.
Contract Period: Option 4
POP Begin: 10-01-2023
POP End: 09-30-2024

NOTE: FAR 52.217-8 Option to Extend Services , not to exceed six (6) months in total for this contract. The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause.
GRAND TOTAL
____________


Award shall be made to the quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government will evaluate information based on the following evaluation criteria: Evaluation and award will be conducted in accordance with the requirements of FAR 13.106-2(b)(3), the quotes will undergo a comparative evaluation to determine which contractor provides the best value to the government in terms of technical capability, while also providing a competitive price.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

FAR Number
Title
Date
52.212-1
INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
OCT 2018
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS

Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation:

Evaluation of Quote

The Government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

EVALUATION PROCEDURES AND AWARD
Evaluation and award will be conducted in accordance with the requirements of FAR 13.106-2(b)(3), the quotes will undergo a comparative evaluation to determine which contractor provides the best value to the government in terms of technical capability, while also providing a competitive price.

For quotes to be considered acceptable and eligible for evaluation, they must be prepared in accordance with and in compliance with the instructions given in this solicitation and address all the requirements set forth within this solicitation. The Government does not anticipate requesting revisions to quotes, so Quoter s should provide their best quote in the response to this solicitation. However, the Government reserves the right to request quote revisions that seek additional price discounts, provide revisions to the technical and or prices aspects of the quote, or to clarify aspects of the quote. In the event quote revisions are requested, the Government will not necessarily be seeking revisions from all Quoter s. The Government will not be conducting "discussions" as defined in FAR Part 15.

Prospective Contractors are required to submit two separate evaluation documents in addition to all other documents required by this solicitation. If the parts are not submitted as separate documents, the quote will be considered non-responsive. If both Parts are not received, the quote will be considered non-responsive, and will not be considered for award.

One (1) Part A - Content of the Non-Price Factors/Technical Part.
The Quoter shall provide a technical approach that details how the requirements of the SOW will be accomplished. At a minimum, this shall include the following:
1. The intended strategy to complete all tasks as described in the SOW. A description of the company s technical ability to provide Microbiological Testing Services in accordance with the terms, conditions, specifications, and requirements of the solicitation and resulting contract. The narrative summary may describe the Contractor s capability, stability and strengths.

2. An account of the Quoter s comparable experience, in terms of size, scope, and complexity to the tasks described in the Statement of Work.

3. Technical Acceptability will be based upon the conformance to the guidelines outlined in this solicitation. Quotes will be evaluated on a GO, NO-GO basis. The technical evaluation will evaluate the technical content received as required in the instructions of this solicitation. This is a subjective evaluation that is based upon the Governments judgment as to whether the Quoter has satisfactorily addressed the technical content requirements as set forth within this solicitation.

One (1) Part B Price and price related factors.

1. Price - The contractor shall provide a separate and complete price schedule as provided in the solicitation including all offered discounts.. See Section B3.

2. A Quoter s price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 13.106-3.
(End of Addendum)

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:


FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
FAR 52.204-7 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)
FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)
FAR 52.216-1 TYPE OF CONTRACT (APR 1984)
FAR 52.233-2 SERVICE OF PROTEST (SEP 2006)
VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018)
VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018)
VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

The following contract clauses apply to this acquisition:

FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018)

Clauses that are incorporated by reference (by Citation Number, Title, and Date), have 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: Insert a statement regarding any addenda to FAR 52.212-4]

FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014)
FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011)
FAR 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)
FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)
FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
FAR 52.228-5 SUPPLEMENTAL INSURANCE REQUIREMENTS (JAN 1997)
FAR 52.232-18 AVAILABILITY OF FUNDS APR 1984
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
FAR 52.246-4 INSPECTION OF SERVICES FIXED-PRICE AUG 1996
VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018)
VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018)
VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)
VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)
VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)

(End of Addendum to 52.212-4)

FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS OCT 2018

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.


FAR 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/

(End of Clause)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2019)

The following subparagraphs of FAR 52.212-5 are applicable:
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
FAR 52.203-19, PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017)

FAR 52.204 23, PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (JUL 2018)

FAR 52.209-10, PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015).

FAR 52.233-3, PROTEST AFTER AWARD (AUG 1996)

FAR 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
FAR 52.203-19, PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017)

FAR 52.204 23, PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (JUL 2018)

FAR 52.209-10, PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (NOV 2015).

FAR 52.233-3, PROTEST AFTER AWARD (AUG 1996)

FAR 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)

(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
FAR 52.204 10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018)

FAR 52.209-6, PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT. (OCT 2015)

FAR 52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014)

FAR 52.219-28, POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013)

FAR 52.222-3, CONVICT LABOR (JUNE 2003)

FAR 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015).

FAR 52.222 26, EQUAL OPPORTUNITY (SEP 2016)

FAR 52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014)

FAR 52.222-50, COMBATING TRAFFICKING IN PERSONS (JAN 2019)

FAR 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)

FAR 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)

FAR 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT (OCT 2018)

FAR 52.222-53, EXEMPTION FROM APPLICATION OF THE SERVICE CONTRACT LABOR STANDARDS TO CONTRACTS FOR CERTAIN SERVICES REQUIREMENTS (MAY 2014) .


All quoters shall submit the following: one (1) electronic copy of all documents required by this Combined Synopsis.

All quotations shall be sent to the email address Anthony.Mitchell4@va.gov.

This is an open-market combined synopsis/solicitation for Microbiology Testing Service, as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than Tuesday 4:00 PM September 24, 2019 to email address anthony.mitchell4@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted].

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Anthony R. Mitchell at anthony.mitchell4@va.gov .

Point of Contact
Contracting Officer, (318) 990-4068. Fax number (405) 456-7653, anthony.mitchell4@va.gov.

Anthony R Mitchell
Contracting Officer
318-990-4068

anthony.mitchell4@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP