The RFP Database
New business relationships start here

VA249-18-AP-6332 Flow Cytometers


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

Combine Synopsis/Solicitation General Information
Document Type:
Combined Solicitation/Synopsis
RFQ Number:
36C24918Q9452
Posted Date:
6/13/2018
Response Date:
6/21/2018 @ 1:00 PM CST
Classification Code:
65
NAICS Code:
339112
Contracting Office Address
NCO 9
ATTN: Mark Bentley
Department of Veterans Affairs
Contracting Office, 4th Floor
1639 Medical Center Parkway

All questions regarding this RFQ must be in writing and may be sent by e mail to
karen.cooper@va.gov

Questions must be received no later than June 20, 2018 at Noon CST. No further questions will be accepted after that date and time.

You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer.


All interested companies shall provide a brand name or equal quotation for the following:
Schedule:

CLIN
Item Description
Quantity
Price
Total Price
0001
FACSLyric IVD P/N: FACSLyric
1 EA


0002
FACSLyric 3L10C Instrument US-IVD P/N 662878
1 EA


0003
FACSLyric Universal Auto Loader US-IVD P/N 662879
1 EA


0004
FACSLyric Z240 Workstation Bundle IVD P/N 663008
1 EA


0005
NEC 23 Inch LED P/N 652792
1 EA


0006
Scanner Dgtl Imager 2D Handhld Corded P/N 652339
1 EA


0007
7 BD FACSVerse Extended Use Tank P/N 651158
1 EA


0008
8 Software Microsoft Office 2016 P/N 662028
1 EA


0009
CST beads 50T IVD P/N 662413
1 EA


0010
Custom FC Bead Dilution Buffer P/N 661614
1 EA


0011
BD FACS Clean Solution 5L P/N340345
1 EA


0012
BD FACSflow Sheath Fluid 20L P/N 99-30211-00
1 EA


0013
BD FC Beads 7-Color Kit (US-IVD) P/N 662961
1 EA


0014
BD FC Beads BV605 P/N 661626
1 EA


0015
BD FC Beads APC-R700 P/N 661625
1 EA


0016
BD FC Beads APC-H7 P/N 661621
1 EA


0017
BD FC Beads V500-C P/N 661624
1 EA


0018
BD FC Beads V450 P/N 661623
1 EA


0019
RICOH SP C320DN Printer Bundle P/N 653115
1 EA


0020
FACSLyric IVD P/N FACSLyric IVD
1 EA


0021
FACSLyric 3L10C Instrument US-IVD P/N 662878
1 EA


0022
NEC 23 Inch LED P/N 652792
1 EA


0023
FACSLyric Z240 Workstation Bundle IVD P/N 663008
1 EA


0024
Software Microsoft Office 2016 P/N 662028
1 EA


0025
Scanner Dgtl Imager 2D Handhld Corded P/N 652339
1 EA


0026
BD FACSVerse Extended Use Tank P/N 651158
1 EA


0027
CST beads 50T IVD P/N 662413
1 EA


0028
Custom FC Bead Dilution Buffer P/N 661614
1 EA


0029
BD FACS Clean Solution 5L P/N 340345
1 EA


0030
BD FACSflow Sheath Fluid 20L P/N 99-30211-00
1 EA


0031
BD FC Beads 7-Color Kit (US-IVD) P/N 662961
1 EA


0032
BD FC Beads BV605 P/N 661626
1 EA


0033
BD FC Beads APC-R700 P/N 661625
1 EA


0034
BD FC Beads APC-H7 P/N 661621
1 EA


0035
BD FC Beads V500-C P/N 661624
1 EA


0036
BD FC Beads V450 P/N 661623
1 EA


0037
4-Color BD MultitestT Assay Module
P/N 663005
1 EA


0038
6-Color BD MultitestT Assay Module
P/N 663007
1 EA


0039
RICOH SP C320DN Printer Bundle P/N
653115
1 EA


0040
Shipping and Handling to be included in the price
1 EA



Delivery shall be provided no later than 30 days after receipt of order. Delivery terms FOB destination.


QUOTE FORMAT AND EVALUATION CRITERIA

Offerors shall provide only one quote. Quote should be emailed to karen.cooper2@va.gov NLT 6/21/2018 at 1:00 pm CST. Non-compliance with this requirement will result in disqualification of the quote.

Award shall be made to the quoter whose quotation offers the best value to the government, considering price, technical capability, and past performance.

All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM


Place of Performance:

TVHS VA Medical Center, 1310 24th Avenue, Nashville, TN 37212
The government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Offeror shall list exception(s) and rationale for the exception(s).

Offerors must complete annual representations and certifications on-line at http://www.acquisition.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items.

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/index.asp
52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017)
52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006)
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors
52.219-8 Utilization of Small Business Concerns (NOV 2016) Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-28 Post Award Small Business Program Re-representation (JUL 2013)
52.222-3 Convict Labor (JUNE 2003)
52.222-19 Child Labor--Cooperation with Authorities and Remedies (OCT 2016)
52.222-35 Equal Opportunity for Veterans (OCT 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013)
(End of Clause)
852.203-70 Commercial Advertising (JAN 2008)
The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.
(End of Clause)
VAAR 852.211-73 Brand Name or Equal (JAN 2008)
(Note: as used in this clause, the term "brand name" includes identification of products by make and model.)
(a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation.
(b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids.
(c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to:
(i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and
(ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity.
(2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall:
(i) Include in his/her bid a clear description of such proposed modifications, and
(ii) Clearly mark any descriptive material to show the proposed modifications.
(3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered.
(End of Clause)

852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JULY 2016) (DEVIATION)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and
(iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov).
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for:
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns;
(2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns;
(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or
(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;
(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and
(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.
(4) The joint venture meets the requirements of 13 CFR 125.15(b).
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)
852.232-72 Electronic Submission of Payment Requests (NOV2012)
(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)
852.246-70 Guarantee (JAN 2008)
The contractor guarantees the equipment against defective material, workmanship and performance for a period of one year, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.
(End of Clause)
852.246-71 Inspection (JAN 2008)
Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor s address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor s account.
(End of Clause)
The following RFQ provisions apply to this acquisition:
52.204-22 Alternative Line Item Proposal.

(a) The Government recognizes that the line items established in this solicitation may not conform to the Offeror's practices. Failure to correct these issues can result in difficulties in acceptance of deliverables and processing payments. Therefore, the Offeror is invited to propose alternative line items for which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract is economically and administratively advantageous to the Government and the Offeror.
(b) The Offeror may submit one or more additional proposals with alternative line items, provided that alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation. However, acceptance of an alternative proposal is a unilateral decision made solely at the discretion of the Government. Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable.
(End of Provision)
52.211-6 Brand Name or Equal (AUG 1999)
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(End of Provision)

Point of Contact

Contract Specialist
Name: Karen Cooper
Organization: NCO 9
Acquisition Specialist (Arcanum Group) VA Contractor
Department of Veterans Affairs
Network Contracting Office 9 (NCO 9)
1639 Medical Center Parkway, Suite 400
Murfreesboro, TNB 37129
Tel: (615) 225-5619
Email: karen.cooper2@va.gov

Mark Bentley, Contracting Officer
615-225-6338
mark.bentley@va.gov
Karen Cooper
karen.cooper2@va.gov

karen.cooper2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP