The RFP Database
New business relationships start here

655-18-1-039-0006 MRSA Test Kits


Indiana, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

This solicitation RFQ-VA250-17-Q-1242 is issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95/ 08-14-2017. The North American Industry Classification System (NAICS) number is 325413 and the business size standard is 1,250 Employees. This is a brand name only request. MRSA test kits for the GenExpert (Cepheid) analyzer is requested:

CLIN #1: #GXMRSA-100N-10, GenExpert MRSA test kits, 11 shipped per month to begin October 2017 and end September 2018, 132 total kits requested $ /kit

CLIN #2: #SDPS-120, Copan Swabs, package of 120, 2 packages to be requested as needed between 10/1/17 and 9/30/18, $ /package


Please show any shipping cost, that is not included in each item cost, as a separate line item. If shipping is quoted per monthly delivery order this total cost cannot exceed $250.00 for the entire order.


Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions apply:

52.216-1 Type of Contact (APR 1984) The government contemplates award of a firm-fixed price contract resulting from the solicitation.

52.233-2 Service of Protest (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Governement Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from:

Hand-Carried Address:

Department of Veterans Affairs
8888 Keystone Crossing, Suite 1100
Indianapolis, IN 46240

Mailing Address:

Department of Veterans Affairs
8888 Keystone Crossing, Suite 1100
Indianapolis, IN 46240


VAAR 852.215-70 Service Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)(Deviation)

(a) In an effort to achieve socioeconomic small business goals, depending on the evaluation factors included in the solicitation, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses and veteran-owned small businesses as subcontractors.

(b) Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database (https://www.vip.vetbiz.gov).

(c) Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.gov).


VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008)

(a) Any protest filed by an interested party shall:
(1) Include the name, address, fax number, 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.

VAAR 852.233-71 Alternat Protest Procedure (JAN 1998)

As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW, Washington, DC 20420.B The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer.
PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management: Director, Office of Construction and Facilities Management, 811 Vermont Avenue, NW, Washington, DC 20420.B


52.212-2, Evaluation-Commercial Items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the government, technical, price and past performance considered. To be technically acceptable the offeror shall meet or exceed the Government's specifications.

Offers will be evaluated in accordance with the following factors:

Factor 1: Technical Capability, Offeror shall demonstrate understanding of the requirements of the Statement of Work (SOW), and produce an offer that will meet those objective.

Factor 2: Price, price analysis will be used to determine that the prices are fair and reasonable in accordance with FAR 15.404-1(b)(2).

Factor 3: Socioeconomic Status, Provide VOSB and SDVOSB status if applicable to the offer. The greater the equality of offers within the non-price factors, the more important this status becomes in selecting the best value to the Government. Preference will be given to Service Disabled Veteran Owned Business, Veteran Owned Small Business or other Small Business concern whose offer is equal to or exceeds all other offers in non-price and price factors and provides the best value to the Government. Furthermore, 1st preference will be given to the Service Disabled Veteran Owned Small Business whose offer is equal to or exceeds the proposals of any Veteran Owned Small Business or Small Business and provides the best value to the Government.


All factors are listed in descending order of importance. Technical Capability and Price are equal in importance.

52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the proposal.

52.212-4, Contract Terms and Conditions-Commercial Items.

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.


Proposals are to be received at Network Contracting Office 10 (NCO10), 8888 Keystone Crossing, Sutie 1100, Indianapolis, IN 46240, ATTN: Calynda C Baines. Hand carried, Fed-x/UPS, or emailed offers will be accepted no later than 9:00 A.M. Eastern Daylight Time on 27 September 2017. No late quotes will be considered. Contact: Calynda C Baines, Contracting Officer, via e-mail at calynda.baines3@va.gov or FAX 317-988-5519. No telephone inquiries will be accepted. Only written inquires received directly from the offeror are acceptable.

Calynda Baines
Contract Specialist
317-988-1528

calynda.baines3@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP