Hematology System Cost Per Reportable (Соединенные Штаты Америки - Тендер #57183982) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Номер конкурса: 57183982 Дата публикации: 04-09-2024 Источник тендера: Государственные закупки США |
||
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Additionally, the Government will utilize simplified procedures in accordance with FAR Part 13.5, Simplified Procedures for Certain Commercial Products and Commercial Services.
The 633rd Medical Group, Langley AFB, VA requires two upright fully automated Hematology System that can perform all its necessary hematology testing assays. The Laboratory requires a solution for complete blood count (CBC) testing, body fluid testing, a slide maker/stainer, and a slide reader. The system must integrate with current LIS system, QC lockout, automated QC, calibrations and dilutions, no sample carryover, sample management, 24hr operational, positive patient identification and on-board storage for reagents.
The selected contractor is responsible for all equipment and shall remain the property of the contractor. The contractor shall meet all the requirements of this Statement of Work (SOW). Contractors must name the make and model number of their analyzers in the quote. The contractor shall state in their quote, that they have the authority to operate (ATO).
Combined Synopsis/Solicitation HT940624R0039
Cost Per Reportable (CPR) Automated Hematology Analyzer System
Questions Due By: 12 September 2024, 12 PM eastern time
RFP Response Due Date: 20 September 2024
Set Aside: Unrestricted Full and Open
Place of Performance: 633rd Medical Group, Langley AFB, VA
POC: Karl.o.molina.civ@health.mil and jan.t.harding.civ@health.mil
Addendum to FAR 52.212-1, the following paragraphs of this provision are tailored as follows:
Section I- Administrative Information: Offeror shall submit a document to include RFP Number; Company- Name; Address; UEI Number; Cage Code Number; Point of Contact; Telephone Number; Email Address; Tax ID number; Warranty Information; Delivery Date/Lead Time; Payment Terms. Offeror shall include a statement specifying the extent of agreement with the terms, conditions, and provisions included in the solicitation. Agreement to hold pricing for ninety (90) calendar days. Registration status in the System for Award Management (SAM). An affirmation statement that the representations and certificates are current, complete, and accurate as of the date quotes are due. Acknowledgement of solicitation amendments.
Section II – Past Performance References: Offerors shall complete Attachment 2 – Past Performance References for contracts that you consider relevant in demonstrating your ability to perform the requirements in this solicitation. Offeror can submit up to three completed CPARS for similar scope of work completed within the past three years from the date of Request for Proposal (RFP).
Section III-Technical: Offeror shall submit detailed documentation exemplifying technical capability on how their proposed items meet all requirements in the statement of work. Not clearly demonstrating the ability to meet all requirements will make your submittal unacceptable. Contractor must name the make and model number of their analyzers with all manufacture’s product specification in this section. The Contractor shall meet all requirements in the Statement of Work (SOW), as identified in the Evaluation Criteria Factor I, Technical Capability. The contractor shall state if they have the authority to operate (ATO).
Provide self-certifying statement confirming the ability to meet all requirements. A 15-page single sided limit to the technical response. In the technical response, reference the section of the Statement of Work and how your company meets the requirement.
Section IV- Price: Contractor shall provide pricing for base and option periods on Attachment 3 Cost Per Reportable Pricing Worksheet.
(m) The Government intends to award a firm-fixed-price (FFP) contract resulting from this RFP to the responsible offeror, whose quote conforms to the solicitation and is the most advantageous (best value) to the Government, price and other factors considered as defined in the Evaluation Factors for Award section below. The Government will review the proposal received to determine if they are responsive with the RFP requirements. A responsive quote is one that meets all the terms, conditions, and specifications in the RFP. The offeror must provide all documents listed and comply with all RFP instructions in order for their quote to be considered responsive with this RFP. Only responsive quotes will be evaluated for award.
Technical Capability will be rated on an Acceptable/Unacceptable basis, and Past Performance will be more important than price.
(End of provision)
Addendum to FAR 52.212-2, Evaluation—Commercial Products and Commercial Services The following is inserted as new paragraph (d) of the provision:
Contract award shall be made on a “non-price factors / Price Tradeoff” basis. This process allows for a tradeoff between non-price factors and price and allows the Government to accept other than the lowest priced quote or other than the highest rated quote to achieve a best-value contract award. This may result in an award to a higher rated, higher-priced quote if the Government determines that the past performance of the higher-priced quote outweighs the price difference. The selection process is subjective by nature and professional judgment is implicit throughout the tradeoff process.
The offeror’s technical capability will be evaluated to determine if it is acceptable or unacceptable in accordance with the evaluation criteria stated in this RFP. If an offeror’s technical capability is determined to be unacceptable, the Offeror will no longer be considered for award. Award will be made to the Offeror providing a proposal that is deemed most advantageous to the Government, whose technical capability has been determined to be “Acceptable” and trading-off past performance against price. Past performance is more important than price.
The Government intends to award based on initial quotes. Notwithstanding this intent, the Contracting Officer reserves the right to conduct exchanges if it is within the best interest of the Government, a matter within their discretion.
FACTOR 1: TECHNICAL CAPABILITY:
The Government will use the following ratings/descriptions in Table 1 when evaluating technical capability:
Criteria
Acceptable
Unacceptable
Must have a current Authorization to Operate (ATO) 1.0
Instrumentation: Contractor shall provide a hematology analyzer
system that will meet all essential characteristic and requirements listed in sections 1.0 and 1.2 through 1.2.2.2.1
Operator training: Contractor shall provide initial and recurring training to technicians on instrument use, maintenance, and
troubleshooting of section 1.5
Ratings
Description
Acceptable
Quote clearly demonstrates the offeror technical capability to perform all the required requirements in the statement of work
Unacceptable
Quote does not clearly demonstrate the offeror technical capability to perform all the requirements in the statement of work
FACTOR 2: PAST PERFORMANCE:
The Government will evaluate past performance by reviewing the offeror’s submitted past performance information and information from other sources that may include, information obtained by the Government using independent Government sources, to include: SAM.gov, Contractor Performance Assessment Reporting System (CPARS)
The past performance evaluation will result in an integrated assessment of the offeror’s probability of successfully performing the RFP requirements. The past performance evaluation considers each offeror’s demonstrated recent and relevant record of performance in performing services the same as or similar to the services specified in the SOW. The Government will consider the recency and relevance of the information, the source of the information, context of the data, and general trends in the offeror’s performance. The past performance confidence assessment rating is based on the offeror’s overall record of recency, relevancy, and quality of performance. These are combined to establish one performance confidence assessment rating for each offeror.
The Government will use the following ratings/descriptions in Table 2 when evaluating Past Performance. Table 2. Performance Confidence Assessment Ratings
Adjectival Rating
Description
Substantial Confidence
Based on the offeror’s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort.
Satisfactory Confidence
Based on the offeror’s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.
Neutral Confidence
No recent/relevant performance record is available, or the offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance.
Limited Confidence
Based on the offeror’s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort.
No Confidence
Based on the offeror’s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort.
The Government will use the following relevancy definitions when determining relevant Past Performance:
Very Relevant: Present/Past performance effort involved essentially the same scope and magnitude of effort as this solicitation.
Relevant: Present/Past performance effort involved similar scope and magnitude of effort as this solicitation.
Somewhat Relevant: Present/Past performance effort involved some of the scope and magnitude of effort as this solicitation.
Not Relevant: Present/Past Performance effort involved little or none of the scope of magnitude of effort as this solicitation.
The Government will use the following recency definitions when determining recency of Past Performance
Recent: Contract Performance Assessment Reporting System (CPARS) reports as long as they were completed no more than three years prior to the closing date of this solicitation. The completion date of the CPARS report will be the date the Assessing Official signs the report.
Not recent: The Assessing Official signed the CPARS report beyond the three-year mark of the closing of this solicitation.
FACTOR 3: PRICE:
The Government will evaluate the quoted price for price reasonableness. The following price analysis techniques may be used to ensure a fair and reasonable price: Comparison of quoted prices received in response to the solicitation. Comparison of quoted prices with the independent Government estimate. Comparison of quoted prices with available historical information.
The quoted price will be evaluated for the entire effort, inclusive of all options. Evaluation of options shall not obligate the Government to exercise the option(s). Price must be determined fair and reasonable in order to be eligible for award.
Vendors must be actively registered in the System for Award Management (SAM) to submit a proposal; the website is https://www.sam.gov. Contact SAM at US Calls: 866-606-8220, International Calls: 1-334- 206- 7828, however, a Unique Entity ID number must be known prior to registration.
FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020)
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation.
FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024)
FAR 52.222-50, Combating Trafficking in Persons (Nov 2021)
FAR 52.223- 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
FAR 52.225-1, Buy American-Supplied (Oct 2022)
FAR 52.232-33, Payment by Electronic Funds Transfer-system for Award Management (Oct. 2018)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
The Offeror shall not complete the representation in this provision if the Offeror has represented that it “does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument” in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.
“Covered telecommunications equipment or services,” “critical technology,” and “substantial or essential component” have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
(End of Provision)
52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020)
(c)(1) Representation. The Offeror represents that it □ does, □ does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument.
(2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it □ does, □ does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services.
(End of clause)
52.217-9 Option to Extend the Term of the Contract. (Mar 2000)
(End of clause)
DHA PGI 233.103-90 - Agency Level Protests
An interested party filing a protest with Defense Health Agency (DHA) has the option of requesting review by either the Contracting Officer (CO) or an independent review Official (IRO), who is a DHA official at a level above the CO. Alternately, an interested party may request IRO review as an appeal of the CO’s protest decision.
Where applicable, an interested party must clearly state in the protest that IRO review is requested and must specify the nature of the independent review sought – whether as an alternative to CO review or as an appeal of the CO’s decision.
Regardless of which review is requested, all protests must be complete and submitted to the CO within the timeframes specified in FAR Subpart 33.1.
PROVISIONS/CLAUSES INCORPORATED BY REFERENCE (IBR)
FAR 52.204-7 System for Award Management (Oct 2018)
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
FAR 52.204-19 Incorporation by Reference of Representation and Certification (Dec 2014)
FAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, (Nov 2021)
FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
FAR 52.233-1 Contract Disputes (May 2024)
FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004))
FAR 52.242-17, Government Delay of Work, Apr 1984
FAR 52.246-2 Inspection of Supplies -- Fixed-Price (Aug 1996) FAR 52.246-16 Responsibility for Supplies (Apr 1984)
FAR 52.247-34 F.O.B. Destination (Nov 1991)
FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) https://www.acquisition.gov
FAR 52.252-1 Clauses Incorporated by Reference (Feb 1998) https://www.acquisition.gov
DFARS 252.201-7000 Contracting Officer’s Representative (Dec 1991)
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Dec 2022) DFARS 252.204-7006 Billing Instructions-Cost Vouchers (May 2023)
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services— Representation (Dec 2019) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (May 2021)
DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2023)
DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013)
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area Workflow Payment Instruction (Jan 2023)
DFARS 252.237-7023 Continuation of Essential Contractor Services (Oct 2010) DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991)
DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023 Transportation of Supplies by Sea (Jan 2023)
ATTACHMENTS: