The RFP Database
New business relationships start here

VISN 19 PT/INR Assays on a Cost per Test basis


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

Page 16 of 18
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

GENERAL INFORMATION
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
Requirement:
36C25919Q0204
PT/INR Assays
Posted Date:
07/19/2019
Original Response Date:
08/08/2019
Current Response Date:
08/08/2019
Product or Service Code:
6640 Laboratory Equipment
Set Aside (SDVOSB/VOSB):
No Set-Aside
NAICS Code:
334516 Analytical Laboratory Instrument Manufacturing
CONTRACTING OFFICE ADDRESS
Department of Veterans Affairs
Network Contracting Office 19
6162 S Willow Dr. Ste. 300
Greenwood Village, CO 80111
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; quotes are being requested, and a written solicitation document will not be issued.

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

The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000 employees.

Network Contracting Office 19 located at 6162 S Willow Dr. Ste 300, Greenwood Village, CO 80111 is seeking to purchase point of care analyzers, uploaders, reagents, standards, controls, parts, accessories and any other item required for the proper operation of its contractor owned point of care analyzers and peripherals necessary for the generation of Point of Care PT/INR ASSAY Cost Per Test.

All interested companies shall provide quotations for the following:

SUPPLIES SCHEDULE

Table 1.1: VISN 19 Facility Estimated Annual Volumes

CBOC: Community Based Outpatient Clinic
VAMC: VA Medical Center

Facilities
INR Test Strips Estimated Annual Usage (Quantity is per Strip)
INR Controls Estimated Annual Usage (Quantity is per control, 1 = 1 high + 1 low)
Oklahoma City VAMC
2,400
20
Rocky Mountain Regional VAMC (Aurora, CO)
1968
100
Salt Lake City VAMC
620
6
TOTAL




Table 1.2: PT/INR Assays Cost per Test Quotes

Item
Description
Estimated Annual Volumes (VISN 19 Total)
(Cost) per Test
Estimated Annual Total Cost (CPT * 5 years)
1
INR Test Strips Estimated Annual Usage




2
INR Controls Estimated Annual Usage







STATEMENT OF WORK

SCOPE: Contractor shall provide all point of care analyzers, uploaders, reagents, standards, controls, parts, accessories and any other item required for the proper operation of its contractor owned point of care analyzers and peripherals necessary for the generation of Point of Care PT/INR ASSAY Cost Per Test services. Services shall be required for a base year period with four one-year options for renewal thereafter.

The Contractor shall provide analyzers and supplies to each of the following ancillary locations in accordance with the estimated workload given:

Rocky Mountain Regional VA Medical Center Ancillary Testing Locations, with 7 analyzers and uploaders.
Oklahoma City VA Health Care System Ancillary Testing Locations, with 15 analyzers and downloaders.
George E. Wahlen VA HCS Ancillary Testing Locations with 17 devices, 21 docking stations, 2 simulators and 3 cleaning kits.

DEFINITIONS: Cost Per Test (CPT): The cost per test price shall include costs covering (a) equipment use, (b) all reagents, standards, controls, parts, accessories and any other item required for the proper operation of the contractor s equipment and necessary for the generation of a patient reportable result. This does not include those items approved for exclusion by the government such as printer paper, labels etc. This cost per test price shall also encompass all costs associated material to perform as well as all other costs associated with quality control (provide control material or credit to purchase controls from other vendor), calibration and correlation study testing that is prescribed by Clinical and Laboratory Standards Institute (CLSI) (c). All necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs and (d) training for Government personnel. Contractors are required to provide delivery, installation and removal of equipment at no additional charge.

GENERAL REQUIREMENTS: Offered analyzer model for PT/INR testing shall be considered waived complexity by Clinical Laboratory Improvement Act (CLIA) approved for point of care testing, and capable of producing accurate and reproducible assays on biological specimens by established in vitro diagnostic methods. The analyzers shall provide accurate results for sample specimens without excessive malfunctions, breakdowns, or service calls.

Offered testing equipment shall be new state-of-the-art equipment. Remanufactured and discontinued models will not be accepted.

The awarded contractor shall provide all upgrades to the equipment hardware and operating system software, at no additional cost to the Government during the lifetime of the instrument. These enhancements shall be delivered and installed at the Rocky Mountain Regional VA Medical Center Ancillary Testing Department and Oklahoma City VA Health Care System and the Jack C Montgomery VAMC and George E. Wahlen VA HCS Ancillary Testing Locations within 60 days of issuance to the commercial market.

The model being offered is in current production as of the date this offer is submitted. For purposes of this solicitation, "current production" shall mean that the clinical laboratory analyzer model is being manufactured as new equipment. Discontinued models that are only being made available as remanufactured equipment are not acceptable.

Contractor offered equipment shall perform satisfactorily at any laboratory temperature between 50B0 and 90B0 degrees Fahrenheit (10B0 and 32B0 Celsius) and relative humidity between 15 and 85 percent.

An operator s manual for each analyzer shall be supplied to the RMRVAMC Ancillary Testing Department and OKCHCS, Jack C Montgomery VAMC and George E. Wahlen VA HCS Ancillary Testing Locations for distribution to the ancillary locations.

Offerors shall provide pricing in accordance with the CPT definition contained above and shall include all costs for:
1. equipment use
2. all consumables, reagents, standards, controls
3. all necessary maintenance to keep equipment in manufacturer's operating conditions, both preventive maintenance, and emergency repairs
4. exchange program for malfunctioning units and guarantee of a replacement unit to be sent within 24 hours of notification
5. training for the all personnel operating the equipment at each of the CBOC and ancillary sites
6. contractors are required to provide delivery, installation and removal of equipment at no additional charge

In the event that the consumables are found to be defective and unsuitable for use with the contractor's equipment, or the contractor has failed to comply with the requirements for routine supply delivery, the contractor shall deliver the consumable supplies within a period of twenty-four hours after receipt of the verbal order for priority delivery from the Government activity. If either circumstance has occurred, the contractor shall deliver to the requesting site, in the most expeditious manner possible, without additional cost to the Government, the necessary consumables in sufficient quantity as required to allow operation of the contractor's equipment for one week (under normal Government test load volume). If additional requests for emergency supply delivery are required by the Government, they will be honored by the contractor until the arrival at the Government site of the monthly standing order/routine supplies delivery. Failure to reserve adequate inventory may result in default.

Inventory Control Reagents, Supplies and Disposable: The contractor shall maintain on Government provided space a continuously stocked inventory of reagents, standards, controls, supplies, disposables and any other material or commonly stocked parts required to properly perform tests on the offered equipment. These items shall be of the highest quality ensuring sensitivity, specificity and tested to assure precision and accuracy. The quality of the products shall be high enough to satisfy proficiency testing standards of the College of American Pathologists (CAP) and the Joint Commission.



Maintenance and Repairs:
Contractor shall provide an exchange program for malfunctioning units and guarantee for a replacement unit to be sent within 24 hours of notification.
The contractor shall provide the Government with a designated point of contact and telephone number for malfunctioning units.
Contractor shall provide technical support service to assist in troubleshooting Monday through Friday 0800 to 1700, excluding Federal holidays.
During the term of the contract, should the repair record of any contractor owned point of care analyzer or peripheral part/accessory necessary for the generation of Point of Care PT/INR reporting reflect a downtime of 5% or greater of the normal working days in one calendar month, a determination will be made by the designated representative of the Government at the using facility to replace the initial contractor point of care equipment with new equipment or seek out a more reliable method either from the current contractor or new contract.B The responsibility for maintaining the equipment furnished in operating condition in accordance with manufacturer s instruction, shall be solely that of the contractor.B The analyzers provided by the contractor shall maintain an uptime of 95% in each month of the term of the agreement.B 95% uptime guarantee is based on the contractor point of care equipment operating Monday through Friday 0800 to 1700, excluding Federal holidays.B Down time is considered from time of notification that the analyzer is down (patient results are unable to be reported out) to when the analyzer is back up running QC within the laboratory s acceptable limits and reporting patient results.
The downtime calculation includes the total time that an individual analyzer is not operational or cannot produce reliable results even if an equal or similar analyzer is available.B Downtime is calculated per instrument individually and not as a collective group of testing availability. B

Training:
Contractor shall provide initial in-depth training for two key operators at each ancillary testing site.
Contactor shall provide on-site operator training for all personnel operating the point of care analyzers at each ancillary testing site.

SPECIAL REQUIREMENTS: In addition to the general requirements necessary for the generation of Point of Care PT/INR ASSAY Cost Per Test (CPT) services stated above, the contractor shall provide equipment, peripherals and supplies meeting the following requirements, characteristics and capabilities:

Characteristics:
Provide FDA approved Point of Care PT/INR ASSAY analyzers for waived complexity testing. Equipment must be of the latest state of the art technology.
Must be Food and Drug Administration (FDA) approved for the intended use described within, and meet the quality requirements of the College of American Pathologists (CAP), Clinical Laboratory Improvement Amendments (CLIA) and The Joint Commission (TJC).
Have on-board quality control data storage/reporting capabilities.
Equipment must meet the minimum sample volume and turn-around time requirements and provide acceptable correlation data per VA regulation and the College of American Pathologists with the main instruments in the clinical laboratory. Contractor shall provide technical assistance to perform correlation studies as required by the College of American Pathologist at no cost to the VA (contractor is to provide personnel, reagents, and supplies to perform correlation studies).
Must be able to accept a 9-character specimen identifier that is alphanumeric (letters/numbers).
Provide proven bi-directional interface or provide middleware for automated patient result transmission that is VISTA compatible. Contractor will bear cost of any hardware and/or software necessary to accomplish this.
Contractor shall provide, as part of its offer, a list of VA sites currently interfaced for the analyzer offered.
Equipment must be able to store and transmit records (24 hrs. of maximum instrument throughput) in case of interface outage.
Equipment must be capable of validating users and instrument lock out if the quality control is out of range.
Representatives shall troubleshoot and assist VA staff with resolving any problems with equipment and provide an exchange program for malfunctioning units and guarantee for a replacement unit to be sent within 24 hours of notification. Shipping cost of new and return of malfunctioning meter units will be borne by the contractor.
The Quality Control materials and standards including calibrators shall be included in the contract for all ancillary testing sites (or credit toward purchase). Contractor shall provide lot number coordination (minimum suggested out-date for control lots should be one year).
Operation and maintenance procedures shall be provided on electronic media, instrument, or website. Contractor shall state which medium the procedures are provided.
Upon completion of installation at the ancillary testing sites the contractor shall perform all validation procedures including linearity, precision, correlation and reference range studies at contractors expense using validation parameters accepted by the VA Chief of Pathology.

Software:
Contractor shall provide technical support specialists to assist in equipment set up, correlation studies, normal range studies, staff training, and methodology problems/questions.
Contractor shall make operator manuals, troubleshooting manuals, and procedures available on electronic media or website in CLSI format that must be editable by the user.
Instrument software shall be versatile and easy to use. Contractor shall provide automatic software upgrades within 30 days of release, maintain compatibility of system with LIS, and include training if needed at no charge to the VA.

Hardware: Equipment shall be versatile and provide efficient hardware capabilities:
Hardware upgrades to equipment shall be at no additional charge to the government and include any necessary training.
Equipment repair and breakdown in excess of 24 hours shall be replaced at no cost through the exchange program.
Contractor shall provide an exchange program to cover repair and replacement of malfunctioning equipment to include analyzers, printers, downloaders, software, interface, etc.

Reagent and Standards: Convenient Reagent and Standard use:
Standards to include reagents, calibrators, and controls.
Extended shelf life and stability for reagents, calibrators, controls.
Contractor will characterize method and provide exact vendor guaranteed minimum linearity/AMR limits and provide values for calibrators and AMR calibrator values.
Provide complete list of reagents, calibrators, controls, and consumables to include SDS and Waste Stream information for the proper disposal of chemicals used for daily running and analysis of patient specimens.

QC Data Management: Versatile and convenient QC Data Management:
IT connectivity with a centralized server shall be provided by the contractor. Server shall be serviced by the contractor and must be compatible with the VA LIS.
Ability to view and print daily, monthly results, Levy-Jennings graphs data.
Ability to store/retain QC values for up to three lot numbers when put into use.

Invoicing:
Contractor shall provide the names, telephone, fax, and email addresses of contractor personnel for billing issues, reagent shipments, service concerns, etc.
All payments shall be made in arrears upon receipt of a proper invoice. Invoices will provide the following minimum information:
contract number
date of service
itemized charges
vendor point of contact
Offers shall provide an all-inclusive cost to perform testing and requirements as outlined herein. The intent of this solicitation is to award a single contract to the offeror providing the best overall value for all requirements contained herein, based on its evaluated excellence.
The Government intends to make an award, based on initial offers without discussions, to the responsible offeror whose proposal represents the best value to the Government, using the evaluation criteria contained herein. As such, it is imperative that offerors provide their most favorable terms, conditions, and pricing as part of its initial offer. Award will not necessarily be made to the offeror with the best technical rating or to the offeror with the lowest probable price.

TRANSITION PERIOD:

Upon award of the contract, the transition period for the awarded Contractor to have all equipment and peripherals delivered at each participating facility shall be 30 days.
Contractor shall not exceed 30 days for installation. During this time, primary operators shall be trained. Failure of the contractor to conform to this transition, installation, and training period shall be considered as sufficient cause to terminate contract for cause under the Termination for Cause clause of the contract.
Instrument and method validations by Contractor not to exceed 90 days. During this time, Contractor to provide fully editable electronic copies of all methods, instruments, operations, and maintenance procedures to be used for the preparation of standard operating procedures (SOPs).
Billing by Contractor starts on the first day of patient testing after all installation, training, and method validations have been completed and accepted in writing by Pathologist or Medical Director. At this time, the awarded contractor shall have completed full transition of all services under this agreement and shall have full and sole responsibility for services under the awarded contract



BPA TERMS

B.1 Introduction

In the spirit of the Federal Acquisition Streamlining Act, the Department of Veterans Affairs (DVA) and the Contractor. hereby enter into a cooperative agreement, otherwise referred to as a Blanket Purchase Agreement (BPA), to further reduce the administrative costs of acquiring supplies/services.

B.2 Terms and Conditions

The Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) EXCLUSIVELY WITH the Department of Veterans Affairs: A single award Blanket Purchase Agreement is established between the Department of Veterans Affairs and the Contractor for a five-year BPA with a period of performance from September 1, 2019 August 30, 2024. The agreement details all services and supplies with accompanying prices and descriptions, which may be ordered under this BPA. All orders placed against this BPA are subject to the terms and conditions of all the clauses and provisions in full text or incorporated by reference in this document.

B.3 Period of Performance

FIVE (5) YEAR BPA: September 1, 2019 August 30, 2024


B.4 Administrative Data

A Blanket Purchase Agreement (BPA) is hereby established between the Contractor and the Department of Veterans Affairs under the following terms and conditions incorporated in this BPA:

CONTRACTOR:
Contractor Name: ______________________________
Contractor Address: ______________________________
______________________________

DUNS NUMBER: ______________________________

Contractor Point of Contact:
Name: ____________________________
Phone: ___________________________
Email: ___________________________

Department of Veterans Affairs
Network Contracting Office 19 (NCO 19)
6162 South Willow Dr. Ste. 300
Greenwood Village, CO 80111

NCO 19 Point of Contacts:
Bai Perney
Contracting Officer
303-712-5815
Bai.Perney@va.gov

Juanita Street
Contracting Officer
303-712-5736
Juanita.Street@va.gov

B.5 Pricing Data

1. The prices included on the BPA list (or applicable "discounted" rates submitted in a proposal response to an RFQ resulting in award) that are in effect on the effective date of an order shall govern that order's basic performance period.

2. The BPA holder can voluntarily reduce offered prices at any time by giving 24-hour advance notice (by facsimile or electronic-mail) to the Department of Veterans Affairs/Contracting Officer. This BPA also allows for additional discounts if a "large order" is placed at one time. An advanced notice is not required for discounts offered for only an individual order. Whether an order is large enough to warrant such a discount is subject to the discretion of the BPA holder.

3. The BPA holder may also increase BPA prices at any time. Any BPA price increase shall not take effect until the Department of Veterans Affairs Contracting Officer receives written notification (U.S. mail, facsimile, or electronic-mail). Any order already issued shall not be affected by any change to BPA pricing. The prices offered under this BPA will undergo annual review by the Department of Veterans.

B.6 Orders

A BPA Order will be established by a contracting officer at Department of Veterans Affairs, Network Contracting Office 19, according to the established price list, to fund supplies against the BPA. Orders will be placed against this BPA via e-mail, Electronic Data Interchange (EDI), FAX, or in hardcopy format. Each individual BPA order will describe the tasks, services, items, and/or deliverables required.

Lab personnel at each of the participating VISN 19 facilities (Salt Lake City VA Health Care System in Salt Lake City, UT; Rocky Mountain Regional VA Medical Center in Aurora, CO; and Oklahoma City VA Health Care System in Oklahoma City, OK) will be authorized to schedule delivery off of the BPA order. The BPA order will contain information on item, quantity, price per item, delivery address, shipment date and purchase order number for invoicing.

Packaging and delivery will occur in accordance with the Statement of Work. All unauthorized work, regardless of amount, will be processed through the ratification process.

B.7 Obligation of Funds

This BPA does not obligate any funds. The Government is obligated only to the extent of authorized orders actually issued under the BPA by the Contracting Officer.

B.8 Authorized Limits

The Government estimates, but does not guarantee, that individual BPA Orders placed against this Agreement may reach $152,000.00/per Order. This Order Limit may be increased by mutual agreement of the parties as necessary, in whole or part. The authorized Ceiling Limit of the Agreement is set at $950,000.00 over the period covered by the Agreement; this ceiling is also not a guarantee. The Ceiling Limit may also be raised in association with order Limit increases or other conditions which, by mutual agreement of the parties, maybe considered necessary. Authorization for individual Task Orders above the stated Task Order and/or Ceiling Limits must be coordinated through the Contracting Officer before larger valued orders can be issued and prior to commencement of work. All unauthorized work, regardless of amount, will be processed through the ratification process.

B.9 Authorized Individuals

Department of Veterans Affairs authorizes the following entities to place BPA orders:
NCO 19 Contracting Office (CO)
Network Contracting Office 19
6162 Willow Dr. Ste 300
Greenwood Village, CO 80111
MAX: $152,000.00 per order

Authorized personnel (Main laboratory Point of Contacts) from all participating facilities:

Oklahoma City VA Health Care System
921 N.E. 13th St.
Oklahoma City Oklahoma, 73104
Joseph Legault: 405-456-3187, Joseph.Legault@va.gov

Rocky Mountain Regional VA Medical Center
1700 Wheeling St.
Aurora, CO 80045
James Bloom: 720-723-4598, James.Bloom@va.gov
Sharon West: 720-723-4592, Sharon.West@va.gov

Salt Lake City Health Care System
500 South Foothill Drive
Salt Lake City, UT 84148
Anthony Horton: 801-582-1565 ext. 1467, Anthony.Horton@va.gov

B.10 Delivery Tickets

All shipments under the agreement shall be accompanied by delivery tickets or sales slips that shall contain the following:

Name of Contractor/Supplier
BPA Number
Date of Purchase
Purchase Order Number
Itemized List of Supplies or Services Furnished
Quantity, Unit Price and Extension of each Item, less applicable documents
Date of Delivery or Shipment

B.11 Invoices

Inspection and acceptance shall be accomplished as follows: The Government, for all services and supplies furnished under any resulting order, hereby designates the POCs (Point of Contacts) under Authorized Personnel in the BPA as the point of final inspection and acceptance.

A summary invoice shall be submitted to NCO 19 monthly for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets.

The contractor shall invoice VA Financial Services Center for services and/or deliverables using the purchase order number provided in the BPA Order by the contracting officer at NCO 19. Invoicing will be monthly in arrears.
All invoices from the contractor shall be submitted electronically to the VA Financial Services Center for payment processing, free of charge. For any questions about the e-invoicing program, please contact the FSC at the phone number or email address listed below:

OB10 e-Invoice Setup Information: (877) 752-0900
OB10 e-Invoice email: USClientServices@ob10.com
FSC e-Invoice Contact Information: (877) 353-9791
FSC e-Invoice email: vafsccshd@va.gov
The following two codes will be required when creating a vendor profile in OB10:
OB10 Buyer Number AAA544240062
Promo Code: VAPC7Y18

B.12 Federal Holidays
Unless specifically authorized in writing by the Contracting Officer, no services will be provided and no charges will be incurred and/or billed to any order on this contract on any of the Federal Holidays listed below.

New Years Day
Labor Day
Martin Luther King Day
Columbus Day
Presidents' Day
Veterans' Day
Memorial Day
Thanksgiving Day
Independence Day
Christmas Day

B.13 Management Control

The BPA holder shall provide to the Contracting Officer (CO) a list of all teaming partners or subcontractors within 30 calendar days after order award. As subcontractors and/or teaming partners are added, and/or deleted, an updated listing will be provided to the CO within 30 calendar days of such change. All BPA holder personnel shall display identification badges at all times while charging hours to the order or at a government or government contractor location. Authorized Government personnel shall accompany all visits to Department of Veterans Affairs Program Offices, unless other specific arrangements have been made.

B.14 BPA Employee Identification

All support BPA holder personnel will be required to wear company identification badges in order to distinguish themselves from Government (organic) employees. When conversing with Government personnel during business meetings and over the telephone, support BPA holder personnel shall identify themselves as such to avoid situations arising where sensitive topics might be better discussed solely between Government employees. Where practicable, support BPA holders occupying collocated space with their Government program customer should identify their workspace area with their name and company affiliation.

B.15 Precedence

The Terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor's invoice, the provisions of this BPA will take precedence.


EVALUATION AND QUOTE SUBMISSION

In accordance with 52.212-2, award shall be made to the quoter whose quotation offers the best value to the government considering technical capability and price. The Government will evaluate information based on the following evaluation criteria using comparative analysis.

Offeror s quote submission shall contain:

Product Literature and Documents for Point of Care Analyzers for PT/INR Assay testing, showing it can fulfill the technical specifications listed in the statement of work.
Offerors shall provide a statement confirming that they can fulfill all requirements listed in the statement of work.
Pricing shall be Firm-Fixed Price and include any discount(s) being offered. Provide the price quote using Table 1.2 in Section 4 of this solicitation.
Shipping Terms: FOB (Free on Board) is Destination. All shipping, packaging and delivery costs must be included in the CPT price. No separate line item for shipping/freight/packaging/delivery shall be accepted.

Clarifications: The clarification period of time is between issuance of the solicitation and the due date for offers. This time period allows for an exchange for clarification purposes between the VA and all potential offerors. All clarification questions regarding this solicitation shall be sent in writing directly to the Contracting Officer by E-mail to juanita.street@va.gov. The last day to submit questions shall be Wednesday, July 31st 2019 by 12:00pm MT.

Non-Price Items shall be submitted separately from the Price Quote. Offeror(s) shall not submit product literatures and technical documents containing price information.

Quotes shall be submitted via email to Juanita.Street@va.gov by 08 August 2019, 12:00pm MT. Quote(s) being submitted via email should be less than 5MB in size. No phone calls shall be accepted.


CONTRACT CLAUSES AND PROVISIONS

The full text of FAR and VAAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far
https://www.va.gov/oal/library/vaar/

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items [OCT 2018]
FAR 52.212-3, Offerors Representations and Certifications Commercial Items [OCT 2018]

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items [OCT 2018]
[Addendum to FAR 52.212-4]
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:
Subparagraph (b): (1), (4), (8), (16), (17)(i), (22), (25), (26), (27), (28)(i), (29)(i), (30)(i), (31), (33)(i), (42), (49), (55), (59)
Subparagraph (c): (6)

Other FAR and VAAR Provisions and Clauses:

CLAUSES:

52.203-16, Preventing Personal Conflicts of Interest (DEC 2011)
52.203-17, Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (APR 2014)
52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)
52.224-1, Privacy Act Notification (APR 1984)
52.224-2, Privacy Act (APR 1984)
52.232-18, Availability of Funds (APR 1984)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.203-70, Commercial Advertising (MAY 2008)
852.211-70, Equipment Operation and Maintenance Manuals (NOV 2018)
852.211-72, Technical Industry Standards (NOV 2018)
852.219-75, Subcontracting Commitments Monitoring and Compliance (JUL 2018)
852.232-72, Electronic Submission of Payment Requests (NOV 2018)
852.246-71, Rejected Goods (OCT 2018)

PROVISIONS:

52.204-7, System for Award Management (OCT 2018)
52.204-16, Commercial and Government Entity Code Reporting (JUL 2016)
52.209-7, Information Regarding Responsibility Matters (OCT 2018)
52.232-38, Submission of Electronic Funds Transfer Information with Offer (JUL 2013)
52.233-2, Service of Protest (SEPT 2016)
852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JUL 2016)
852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018)
852.233-71, Alternate Protest Procedure (OCT 2018)
852.273-74, Award Without Exchanges (JAN 2003)

This is an open-market combined synopsis/solicitation for PT/INR Assays Cost per Test as defined herein.B B The government intends to award an open-market Blanket Purchase Agreement 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."

Submission shall be received not later than August 08, 2019, 12:00pm MT. Submission shall be emailed to Juanita Street (Contracting Officer), Juanita.Street@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). No phone calls shall be accepted.

Juanita Street
Contracting Officer
Networing Contracting Office 19
Juanita.Street@va.gov

Juanita.Street@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP