The RFP Database
New business relationships start here

Blood Product & Blood Services


Pennsylvania, 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 Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), 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. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is 36C24419Q0016.

This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-100 effective, October 26, 2018, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil and www.acquisition.gov.

This Solicitation is being competed as an Unrestricted set-aside. The NAICS Code is 621991 Blood and Organ Banks and the business size standard is $32.5.
*Note: To be eligible to receive an award from this RFQ, vendor must be registered and certified in the VIP database, if applicable.

The Department of Veteran Affairs, Lebanon VA Medical Center has a requirement for Blood and Blood Products.
All work shall be completed in accordance with the Statement of Work (SOW). The SOW is included as Attachment 1 to this solicitation.

The contract resulting from this solicitation will be a Firm-Fixed-Price contract. The anticipated Period of Performance will be a Base Year plus Four (4) Option Years as follows:

Base Year: April 1, 2019 March 31, 2020
Option Year 1: April 1, 2020 March 31, 2021
Option Year 2: April 1, 2021 March 31, 2022
Option Year 3: April 1, 2022 March 31, 2023
Option Year 4: April 1, 2023 March 31, 2024

Offerors are requested to quote Firm Fixed Price for any and all of the line items on the Schedule of Supplies and Services attached to this solicitation. The Schedule of Supplies and Services is included as Attachment 2 to this solicitation.


Any award resulting from this solicitation will be issued on a Standard Form 1449.
NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-1(k). Registration may be done online at: www.acquisition.gov or www.sam.gov.

Interested vendors are advised to monitor www.fbo.gov for any amendments to this solicitation that may be posted.

Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at NCO 4, Pittsburgh, PA. Questions may be sent via email to Ronald Kline at ronald.kline@va.gov or Donna Cooper at donna.cooper2@va.gov. No Questions will be answered after, Tuesday, January 22, 2019.

The following FAR and Veterans Affairs Acquisition Regulation (VAAR) apply to this acquisition:
52.212-1 Instructions to Offerors -- Commercial Items (JAN 2017) (DEVIATION 2018-O0013) applies to this acquisition.

Quote Submission Instructions:

Quotes shall be sent electronically via e-mail. All quotes shall include one (1) separate copy of each of the items listed below. Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. No price information shall be included in the technical or past performance section. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote.

First Attachment

Completed Schedule of Supplies and Services (Attachment to this solicitation). Completed CLIN price information in the Schedule of Supplies/Services. *Offerors must use the CLINs specified in the Schedule of Supplies/Services. It is not permissible for offerors to use offeror created CLINs or SUBCLINs.
Completed certifications and representations located at FAR 52.212-3, or an indication that said certifications and representations are current and located in the SAM database.
Signed acknowledgements of amendments (SF30). Applicable only if any amendments are issued against this solicitation.


Second Attachment

Offerors shall provide a narrative (including any descriptive literature and/or certifications) which demonstrates the offeror s ability to meet the technical credentials and capability stated in the Statement of Work (SOW). The narrative shall not exceed one (1) page and address the following requirements:

Certifications and Licensures:
The contractor shall have American Association of Blood Banks and FDA certification, and CLIA
The contractor shall submit proof that they hold an unrevoked U.S. License which is issued by the Director of Biologics, Food and Drug Administration (FDA) as a source of supply for whole blood.

Third Attachment

Past Performance Record: Vendors shall provide information on Past Performance Record. This information is used in determining the level of confidence the Government has for a successful performance based upon the vendor s actions under previously awarded and/or relevant contracts. The information provided in Volume III will be utilized to evaluate the Vendor s Past Performance.

To be considered part of the Past Performance record, a vendor must demonstrate execution of three (3) or more relevant contracts in the last five (5) years.

To be complaint with this factor, vendors shall provide the following information for both the vendor and proposed major subcontractors:

(1) A list of Previous Contract Data for the vendor. This list shall contain all relevant three (3) PRIME contracts and relevant subcontracts that the vendor is currently performing or has completed during the last five (5) years. The list shall include:

- Contractor name
- Name of customer/agency
- Contract/Purchase Order Number
- Customer points of contact (provide name, telephone number, and e-mail addresses)
- Period of Performance (dates)
- Description of product/service provided (include sufficient detail to demonstrate similarities/dissimilarities to the requirements of this solicitation)

(2) A list of Previous Contract Data for all major subcontractors containing the information listed in (1) above as it relates to relevant Prime and Subcontracts that the major subcontractor is currently performing or has completed during the last five (5) years.

(3) The Government may utilize the Federal Past Performance Information Retrieval System (PPIRS), the Contractor Performance Assessment Reporting System (CPARS), responses from the Past Performance Feedback, data submitted by the vendor, and any other information available to determine the quality and relevance of the vendor s past performance.

The following provisions apply and are incorporated by reference and full text:

52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/index.asp

The Government intends to award a Firm-Fixed-Price Purchase Order as a result of this Request for Quote to the responsible offeror whose quote conforms to the solicitation requirements and will be most advantageous to the Government, considering price, technical capability and past performance of the service offered. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award.

The Government is not limited to the Past Performance Record information provided above, but reserves the right to independently seek past performance information through open market contracts, government systems, and other government agencies.

The Contracting Officer does anticipate adequate price competition for this RFQ. Should that not happen, the Contracting Officer may need to ask for Data Other than Certified Cost and Price Data to assist with the determination of price reasonableness.

Vendors are advised that submitting an unrealistically low price may be grounds for eliminating a quote from competition. This could be on the basis that the vendor does not understand the requirement or has made an incautious quote.

(End of Provision)

852.270-1 Representatives of Contracting Officers (JAN 2008)

The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract.B Such designation will be in writing and will define the scope and limitation of the designee s authority.B A copy of the designation shall be furnished to the contractor.

(End of Provision)


13.106-2 Evaluation of Quotations or Offers


The Government intends to award a Firm-Fixed-Price Purchase Order as a result of this Request for Quote to the responsible offeror whose quote conforms to the solicitation requirements and will be most advantageous to the Government, considering price, technical capability and past performance of the service offered. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award.

The Government is not limited to the Past Performance Record information provided above, but reserves the right to independently seek past performance information through open market contracts, government systems, and other government agencies.

The Contracting Officer does anticipate adequate price competition for this RFQ. Should that not happen, the Contracting Officer may need to ask for Data Other than Certified Cost and Price Data to assist with the determination of price reasonableness.

Vendors are advised that submitting an unrealistically low price may be grounds for eliminating a quote from competition. This could be on the basis that the vendor does not understand the requirement or has made an incautious quote.

(End of Provision)


Contractors are required to include a copy of the FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://sam.gov. Failure to include the certifications along with the price proposal or complete certifications on the internet may result in elimination from consideration for award.


FAR 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017) applies to this acquisition.

Contractors shall have no access to Department of Veterans Affairs computer systems.B B If required, each contractor employee working on-site must complete training course VA Privacy and Information Security Awareness and Rules of Behavior .B B When a new contractor employee arrives on-site they must contact Contracting Officer Representative (COR), who will arrange for this training.

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://farsite.hill.af.mil
http://www.acquisition.gov/far/index.html
http://www.va.gov/oal/library/vaar/index.asp

852.232-72 Electronic Submission of Payment Requests (NOV 2012)

(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(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, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(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. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(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). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.

(d) Invoice requirements. Invoices shall comply with FAR 32.905.

(e) Exceptions. If, based on one of the circumstances below, 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)

852.237-70 Contractor Responsibilities (APR 1984).
The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Pennsylvania. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.

(End of Clause)
Local Security Clause:

The COR is responsible for ensuring that all Contractors comply with physical security policies. A compliant ID badge must be worn by Contractors at all times while on VA premises.

Contractor may not have access to the VA network or any VA sensitive information under this contract.

See Records Management Language for additional security information provided in the Statement of Work (SOW).


(End of Addenda to FAR 52.212-4)

Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2018) applies to this solicitation. The additional FAR clauses cited in 52.212-5 are applicable to this acquisition.

In paragraph (a) the following clauses apply:

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553)
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)

In paragraph (b) the following clauses apply:

52.204-10, Reporting Executive Compensation &First Tier Subcontract Awards (OCT 2016)
52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (OCT 2015)
52.216-1, Type of Contract (APR 1984)
52.216-18, Ordering (OCT 1995)
52.216-21, Requirements (OCT 1995)
52.222-3, Convict Labor (JUNE 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015).
52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246)
52.222-35, Equal Opportunity for Veterans (OCT 2015)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-37, Employment Reports on Veterans (FEB 2016)
52.222-50, Combating Trafficking in Persons (MAR 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513)
52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013)
852.203-70, Commercial Advertising (JAN 2008)
852.203-71, Display of Department of Veteran Affairs Hotline Post (DEC 1992)


Offerors responding to this announcement shall submit their quotation via email to Donna Cooper at donna.cooper2@va.gov.
All quotes must be received by Thursday, January 24, 2019 at 2:00 PM EST to be considered for award.





ATTACHMENT 1: STATEMENT OF WORK (SOW)

ATTACHMENT 2: SCHEDULE OF SUPPLIES/SERVICES

ATTACHMENT 3: PAST PERFORMANCE (PROVIDED BY OFFEROR)

ronald.kline@va.gov
donna.cooper2@va.gov

Donna.Cooper2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP