This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued.
Solicitation number VA249-12-Q-1124 is issued as a (Request for Quotation (RFQ).
This requirement is Small Business.
NAICS: The NAICS is 621511 and the small business size standard is $13.5. Any
firm that is not considered a small business under this NAICS code should not submit a
response to this notice.
To be eligible to receive a government award, the offeror must be currently registered in System for Award Management or may register with SAM at http://www.sam.gov/
Period of Performance (POP): The base POP is from 1 Oct 2012 plus 4 one-year options (if all options are exercised, ending 2017). Options may be exercised unilaterally by the Government.
Base Year - 1 Oct 2012 to 30 Sept 2013
Option Year 1 - 1 Oct 2013 to 30 Sept 2014
Option Year 2 - 1 Oct 2014 to 30 Sept 2015
Option Year 3- 1 Oct 2015 to 30 Sept 2016
Option Year 4 1 Oct 2016 to 30 Sept 2017
Description of Services: Contractor shall provide services to conduct testing of Dialysis Water to AAMI Standards 4 times a year and Endotoxin Testing monthly. Contractor will provide all laboratory supplies and shipping containers to ship water samples to their facility that can conduct both testing parameters. A total of 12 water samples for AAMI testing and 144 Endotoxin (LAL) water samples will be sent by VAMC to the testing facility. This testing will be conducted from October 1, 2012 through September 30, 2013. Water testing results/reports must be returned to VAMC or made available on-line within 5 workdays of receiving samples. No other additional water testing procedures by vender is allowed under the contract.
TESTING OF DIALYSIS WATER FOR AAMI STANDARDS AND ENDOTOXINS (LAL'S). DIALYSIS NURSES WILL BE TAKING WATER SAMPLES AND AND SENDING OUT APPROXIMATELY 12 LAL'S EACH MONTH AND APPROXIMATELY 9 AAMI STANDARDS SAMPLES EACH QUARTER. THIS A TOTAL OF 144 LAL SAMPLES TO BE TESTED FOR THE YEAR AND 36 AAMI STANDARDS SAMPLE TESTING FOR THE YEAR.
1. WATER ANALYSIS TO AAMI STANDARDS
SPECTRA PANEL #1103
36 SAMPLES ANNUALLY
NINE (9) per Quarter
36 X $_______________= $____________ ANNUALLY
2. ENDOTOXIN (LAL) TEST:
144 SAMPLES ANNUALLY
144 X $___________= $_______________ ANNUALLY
Samples will be tested using the chart below. From AAMI Standards 2010 Edition
Maximum allowable chemical contaminant levels in water used to prepare dialysate
and concentrates from powder at a dialysis facility and to reprocess dialyzers for multiple use.
Contaminant Maximum Concentration (mg/L)b)
Aluminum 0.01
Chloramines 0.1
Free chlorine 0.5
Copper 0.1
Fluoride 0.2
Lead 0.005
Nitrate (as N) 2.0
Sulfate 100
Zinc 0.1
Contaminants normally included in dialysate
Calcium 2 (0.1 mEq/L)
Magnesium 4 (0.3 mEq/L)
Potassium 8 (0.2 mEq/L)
Sodium 70 (3.0 mEq/L)
Other contaminants
Antimony 0.006
Arsenic 0.005
Barium 0.1
Beryllium 0.0004
Cadmium 0.001
Chromium 0.014
Mercury 0.0002
Selenium 0.09
Silver 0.005
Thallium 0.002
HOURS OF COVERAGE
Normal VAMC working hours are Monday through Friday, 7:45 a.m. to 4:30 p.m., excluding federal holidays.
Federal Holidays observed by the VAMC are:
New Years' Day
Martin Luther King Day
Presidents' Day
Memorial Day Independence Day Labor Day
Columbus Day Veterans' Day Thanksgiving Day
Christmas Day
DOCUMENTATION/REPORTS
All testing results/reports will be forwarded to the Dialysis Department at VAMC
The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance, including replaced parts and prices (for service outside normal working hours) procedures performed required to maintain the equipment in accordance with Section C.3, Conformance Standards. Each report must, at a minimum, document the following data legibly and in complete detail:
1. Name of Contractor.
2. Contractor report/log number.
3. VA purchase order number(s)
4. Signatures:
Technician performing services described.
Any additional charges claimed by the FSE/Contractor must be approved by the COTR before the service is completed. A purchase order number must then be provided to the FSE/Contractor by the COTR.
Location of Performance: PO Box 4000, Bldg 8 Mt. Home TN 37684
Contract Type: The government anticipates awarding a Firm Fixed Price award.
Award will be made to lowest price quote which conforms to the requirements within this solicitation.
To receive consideration as SDVOSB or VOSB, the firm must be registered and verified in the VIP database at www.vip.vetbiz.gov.
Submitting Quote: Contractor shall submit their quote on company letterhead and shall include unit price, total , unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document.
Quotes must be received by September 14, 2012. Email your quote to
[email protected] faxed to 615-225-5431 or mail to the following address: Department of Veteran Affairs, Network Contract Activity, NCO 9, ATTN: Martin Frazier, 1639 Medical Center Parkway, STE 400, Nashville TN, 37129. All questions should be emailed to
[email protected].
Solicitation document and incorporated provisions and clauses apply to this acquisition: 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award;
52.212-2 Evaluation -Commercial Items; 52.217-8 Option for increased Quantity-separate priced line item 52.217-9 Option to extend the term of the contract. VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments; FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirements; and 52.219-14 Limitation on Subcontracting.
Full text can be obtained at www.arnnet.gov.
DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
Bid Protests Not Available