This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.
(ii) Solicitation number 36C25720Q1137 is issued as a request for quote (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07.
(iv) This solicitation is solicited as Unrestricted, Full and Open Competition, with an associated NAICS code of 334516, which has a small business size standard of 1,000.
(v) Line Item description:
0001 – BioFire FilmArray Torch, Base Box; Item #: HTFA-ASY-0001, Unit: EA, Qty.: 1
0002 – BioFire FilmArray Torch, Duplex Module Box; Item #: HTFA-ASSY-0002, Unit: EA, Qty: 1
0003 – BioFire FilmArray Torch, Module; Item #: HTFA-ASY-0003, Unit: EA, Qty: 4
0004 – Manufacturer Warranty, BioFire Base Box; Item #: 4706469, Unit: YR, Qty.: 1
0005 – Manufacturer Warranty, BioFire Torch; Item # 4706471, Unit: YR, Qty.: 1
0006 – BioFire Respiratory Panel 2.1 (RP2.1) with SARS-CoV-2, 30 Tests; Item #: 423738, Unit: EA, Qty.: 2
(vi) This requirement is for providing the aforementioned equipment to include vendor installation and operational training at the Amarillo VA Health Care System, Amarillo, TX.
(vii) The anticipated delivery date is 120 days ARO; FOB destination at Amarillo VA Health Care System, Pathology & Laboratory Medicine Service, 6010 Amarillo Blvd, West, Amarillo, TX 79106-1990.
(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Addenda to the instructions, as applicable:
(ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, is used in this solicitation. Offers will be evaluated as Lowest Priced Technically Acceptable (LPTA). Offers will be evaluated as acceptable or unacceptable for technical capability. The lowest priced offer assessed as technically acceptable will be considered the (LPTA) offer and best value for the government. See attached salient characteristics document for technical capability requirements.
(x) Offerors whom have submitted an annual online representations and certifications (FAR provision 52.212-3) in the Systems and Award Management (SAM) DO NOT need to return a completed copy of the provision with their proposal. Offerors must be registered and have completed the provision at FAR 52.212-3 in SAM to be considered for an award from this solicitation.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to the included clause state that clauses that are incorporated by reference have the same effect as if they were given in full text.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached schedule regarding the additional FAR clauses cited within the clause that are applicable to this acquisition.
(xiii) Additional contract terms or conditions: N/A
(xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition.
(xv) Offers are due by 6 August 2020, by 3:00 PM CST. Offers may be mailed, hand delivered, or submitted by email (see size limit note below) to Vance Farrell at [email protected].
(xvi) All questions regarding information in the solicitation must be submitted in writing to the Point of Contact (POC), Vance Farrell, by email at [email protected].
Due to email constraints by the VA it is requested that emails being sent to the POC be no larger than 7MB. Multiple emails can be sent to the POC for an offer. If an offer is sent in multiple parts, it is recommended that a confirmation request be included in the final email, for the POC to acknowledge that all (parts) of the offer have been received.