Indiana Bids > Bid Detail

6640--Cepheid Genexpert Module Analyzer

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159015317807591
Posted Date: Jul 20, 2023
Due Date: Jul 27, 2023
Solicitation No: 36C25023Q0964
Source: https://sam.gov/opp/61c5d0b5f1...
Follow
6640--Cepheid Genexpert Module Analyzer
Active
Contract Opportunity
Notice ID
36C25023Q0964
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 20, 2023 05:56 pm EDT
  • Original Date Offers Due: Jul 27, 2023 04:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Indianapolis , IN 46202-2803
    USA
Description
Combined Synopsis-Solicitation for Commercial Items

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 issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.

This solicitation is set-aside for: Total Small Business Set-Aside

The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1,000. The FSC/PSC is 6640.

The Roudebush VA Medical Center has a requirement for a module analyzer, accessories, and service.

All interested companies shall provide quotations for the following:

Supplies/Services

Catalog No.
Description
Quantity
Unit of Measure
Unit Price
Total Price
GXXVA-16-D
GENEXPERT XVI R2 16 MODULE CONFIGURATION
1
EA
PRINTER-BW
PRINTER FOR GENEXPERT
1
EA
850-0386
PRO APC POWER-SAVING BACK-UPS KIT
1
EA

Delivery
1
EA

Test validation guidance
1
EA

Deinstall Current GENEXPERT Equipment & Accessories
1
EA

Disposal of current GENEXPERT Equipment & Accessories
1
EA

Set up interfaced result reporting, to include LIS physical connection and translation (drivers), and any required (additional) interface connection license(s).
1
EA

Install GENEXPERT Equipment & Accessories
1
EA

Provide Operator Training
1
EA

Technical Support & Guidance for 1 year
12
MO

Repair & Preventative Maintenance for 1 year
12
MO

Shipping & Handling
1
EA

Brand Name Or Equal (BNOE) offers will be considered. BNOE offers must provide documentation that the alternate item is of the same form, fit, and function as the listed item, to include the following salient characteristics:

Rapid PCR analyzer capable of performing the following assays in two hours or less:
SARS-CoV-2
Trichomonas vaginalis
Carbapenem Resistance
Clostridium difficile
SARS-CoV-2/Influenza/RSV Combo Assay
MTB and Rifampin Resistance Mutation
MRSA and Staph aureus from blood culture samples
Ability to run greater than 10 tests simultaneously without batching (continuous load).
Ability to interface with Vista through Data Innovations.
Includes results printer and UPS.

Additional Information

The Contractor will provide instrument and related components including printers, computers, and power supplies, technical and field support, and service, to include:

Deliver, install, and set up the instrument and components.
Provide test validation guidance.
Provide technical support (24/7) and guidance.
Provide set up for interfaced result reporting, which includes LIS physical connection and translation (drivers), and any required (additional) interface connection license(s).
Provide instrument repairs and scheduled preventive maintenance for the instrument and system components.
Provide operator training.

Alternate submission: Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished, or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested.

Equipment items, and related services will be delivered, as required, to:

Richard L. Roudebush VA Medical Center
1481 W. 10th Street,
Indianapolis, IN 46202

Period of Performance

Delivery shall be provided no later than 60 days after receipt of order (ARO).

FOB: Destination.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services

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

The following subparagraphs of FAR 52.212-5 are applicable:

52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332).

All quotes shall be sent to the Contracting Specialist, Morgan Stein at Morgan.Stein@va.gov

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors (price, past performance, speed of delivery) resulting in a Contracting Officer decision for the quote most favorable to the Government.

The award will be made to the response most advantageous and the BEST VALUE to the Government. Responses should contain your best terms, conditions.

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."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Submission of your response shall be received not later than 16:30 PM Eastern Time ON July 27, 2023. No phone calls please.

Quoters shall list exception(s) and rationale for the exception(s), if any.

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact for this solicitation; Morgan Stein, Contracting Specialist, NCO10 Contracting, Morgan.Stein@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 20, 2023 05:56 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >