Florida Bids > Bid Detail

Q301--FY23: Dialysis Water Analysis Testing

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159532202966770
Posted Date: Mar 23, 2023
Due Date: Mar 30, 2023
Solicitation No: 36C24823Q0701
Source: https://sam.gov/opp/cb09e36190...
Follow
Q301--FY23: Dialysis Water Analysis Testing
Active
Contract Opportunity
Notice ID
36C24823Q0701
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
248-NETWORK CONTRACT OFFICE 8 (36C248)
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: Mar 23, 2023 08:23 am EDT
  • Original Date Offers Due: Mar 30, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Department of Veterans Affairs James A. Haley Veterans' Hospital Tampa , FL 33612
Description
Attachment 1: 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.
The solicitation number is 36C24823Q0701 and is issued as a request for quotation (RFQ)
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01, Effective December 1, 2022.
This solicitation is 100% set-aside for SDVOSB.
The associated North American Industrial Classification System (NAICS) code for this procurement is 541380, with a business size standard of $16.5 Million. The FSC/PSC is Q301.
The James A. Haley Veterans' Hospital (JAHVH), 13000 Bruce B. Downs Blvd., Tampa, FL 33612 is seeking to purchase Water Analysis.
All interested companies shall provide quotations for the following Services:

ITEM
Item Description
DESCRIPTION
QTY
Amount
0001
(Base)
Water analysis to AAMI Standards
(Eight Tests Bi-Annually)
31

0002
(Base)
Endotoxin Test Monthly
150

0003
(Base)
Water/Dialysate Colony Count Monthly
150

1001
(Option Year 1)
Water analysis to AAMI Standards
(Eight Tests Bi-Annually)
31

1002
(Option Year 1)
Endotoxin Test Monthly
150

1003
(Option Year 1)
Water/Dialysate Colony Count Monthly
150

2001
(Option Year 2)
Water analysis to AAMI Standards
(Eight Tests Bi-Annually)
31

2002
(Option Year 2)
Endotoxin Test Monthly
150

2003
(Option Year 2)
Water/Dialysate Colony Count Monthly
150

3001
(Option Year 3)
Water analysis to AAMI Standards
(Eight Tests Bi-Annually)
31

3002
(Option Year 3)
Endotoxin Test Monthly
150

3003
(Option Year 3)
Water/Dialysate Colony Count Monthly
150

4001
(Option Year 4)
Water analysis to AAMI Standards
(Eight Tests Bi-Annually)
31

4002
(Option Year 4)
Endotoxin Test Monthly
150

4003
(Option Year 4)
Water/Dialysate Colony Count Monthly
150

Grand Total

1. STATEMENT OF WORK
Background: The James A. Haley Veterans Hospital (JAHVH) hemodialysis unit has a state-of-the-art reverse osmosis system for producing water used for dialysis. Association for the Advancement of Medical Instrumentation (AAMI) standards require regular testing of this water source at various points of the system to ensure the safety of the water supply for hemodialysis purposes.
Scope of Work: This project requires analysis and testing of the JAHVH dialysis water supply according to the current AAMI standards for water quality for hemodialysis. JAHVH staff members will collect water samples and prepare them for delivery to the Contractor s testing lab where the Contractor shall provide staff, facilities, and resources necessary to provide testing of all samples and provide results reporting according to current AAMI standards for hemodialysis. The JAHVH staff will collect water samples for testing throughout the month and will be sent in multiple separate shipments; shipment billing will be a cost reimbursement line item.
Performance Period: The period of performance shall be for one (1) base year and four (4) option years.
Type of Contract: Indefinite Quantity Contract
Place of Performance: Contractor s testing lab.
Government POC Authority: In no event is the Government POC empowered to change any of the terms and conditions of the contract. All changes, to any section of this contract, shall be made only by the Contracting Officer pursuant to a properly executed modification. The types of actions within the purview of the Government POC s authority are to ensure that the Contractor performs the technical requirements of the contract, and to notify the Contracting Officer of any deficiencies observed. A Letter of Designation shall be issued to the Government POC and a copy shall be sent to the Contractor at the time of contract kickoff meeting or post-award conference setting forth, in full, the responsibilities and limitations of the Government POC.
CONTRACT AWARD MEETING
The Contractor shall not commence performance on this contract until the Government has conducted a contract kickoff meeting, post-award conference or the COR has advised the Contract that a kickoff meeting is waived.

SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES
The Contractor shall provide AAMI approved water sample collection containers for collecting samples identified in Appendix 1.
The Contractor shall provide appropriate packing containers and materials, and provide for overnight shipping methods using common carrier for up to 6 shipments per month to ensure samples are delivered to the Contractor s lab within the necessary time constraints as identified in Appendix 1.
The Contractor shall provide instructions regarding all special preparations necessary to ensure viable samples are provided for analysis.
The Contractor shall provide staff, facilities, and resources necessary for approved sample analysis according to current AAMI standards for testing water used in hemodialysis units at JAHVH.
The Contractor shall provide a results report within 24 hours of the conclusion of testing based on the AAMI required incubation time for the specific type of test performed.
The Contractor s standard reporting procedure shall provide reports to JAHVH for all testing results according to current AAMI standards. Results reporting may be made available through electronic or on-line reporting mechanisms for faster service. The COR is authorized to update the points of contact for electronic results reporting.
To ensure patient safety, the Contractor shall notify JAHVH staff immediately upon any exception reports due to incomplete and/or outside of allowable range results. All exception reports to 813-978-5850. The COR is authorized to update the exception report fax number as required.
VHA Supplemental Contract Requirements for Combatting COVID-19
Contractor employees who work in or travel to VHA locations must comply with the following:
Documentation requirements:
If fully vaccinated, contractors shall show proof of vaccination.
1. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVJD-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination.
If unvaccinated, contractors shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor's order or an FDA approved over-the-counter test that includes an affiliated telehealth service.
Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel.
Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.
Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates.

Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information.
Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities.
For indefinite delivery contracts: Contractor agrees to comply with VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced.
Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion.
Place of Performance/Place of Delivery
Address:
13000 Bruce B. Downs Blvd, Tampa, FL
Postal Code:
33612
Country:
UNITED STATES

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 Items applies to this acquisition and the following clauses AND instructions are added as addenda:
CLAUSES:
(a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.
(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
(End of Clause)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil
https://acquisition.gov/far
(End of Clause)
852.203-70 Commercial Advertising (May 2018)
852.246-71 Inspection (Jan 2008)
852.232-72 Electronic Submission Of Payment Requests (NOV 2018)

(End of Clause)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items
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 applies to this acquisition and the following clauses AND instructions are added as addenda:
CLAUSES:
52.214-21 Descriptive Literature (APR 2002)
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition:
52.204-7 System For Award Management (OCT 2018)
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015)
52.204-14 Service Contract Reporting Requirements (OCT 2016)
52.204-16 Commercial And Government Entity Code Reporting (AUG 2020)
52.204-18 Commercial And Government Entity Code Maintenance (AUG 2020)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2020)
52.219-28 Post Award Small Business Program Representation (JUL 2013)
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (APR 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-50 Combating Trafficking in Persons (MAR 2015)
52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014)
52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 (JAN 2022)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014)
52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018)
52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013)
52.232-39 Unenforceability Of Unauthorized Obligations (JUN 2013)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors (NOV 2021)
52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004)
52.247-34 F.O.B. Destination (NOV 1991)

All responses must include verification that each specification outlined in the Line Items, SOW and any relevant attachments is/are met.
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 resulting in a Contracting Officer decision for the quote most favorable to the Government.
The following factors shall be used to evaluate offers for a decision:
The Government will award a Indefinite Quantity Contract price contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be anticipated to the quoter who meets the technical specifications and has the overall lowest price per FAR 13.106-2.
Technical Acceptability - Quote will be evaluated to determine if the vendor provides a sound, compliant approach that meets the requirements of the Statement of Work (SOW), salient characteristics and demonstrates a thorough understanding of the requirements. Evaluation will be based upon conformance to the Statement of Need and salient characteristics, meeting or exceeding the salient characteristics to support James A. Haley Veterans Hospital (JAHVH) requirements.
Price - Price shall be submitted using the included B.2 Price/Cost Schedule. The government shall evaluate for award purposes; the price of the supplies/services being acquired based upon the total price proposed for items identified for pricing which are applicable to the basic requirements.
ADD PAST PERFORMANCE ELEMENT HERE:
The Government may rely on internal documentation including Contract Performance Assessment Reporting System (CPARS) for supply being acquired to determine Past Performance. If no record of past performance is found in CPARS, the quoter shall not receive a favorable or unfavorable rating but shall receive a rating of neutral.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

The Government reserves the right to make no award if quote does not meet the requirements of this solicitation.
CONTRACTOR IS RESPONSIBLE FOR CORRECT WAGE TITLE CLASSIFICATIONS OF THEIR EMPLOYEES AND COMPLIANCE WITH ALL APPLICABLE WAGE AND HOUR LAWS.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
SUBMISSION OF QUOTES. Quote should be submitted as One combined PDF document to include:
A Quote on company letterhead and any needed attachments.
Provide Contractor Name UEI#, Address, Point of contact(s) name, phone, and email.
Prices need to include any FOB destination costs. The Government is requesting discounts, notate any discounts.
Email your combined single pdf quote submission to Walida Moore-Saintil at Walida.MooreSaintil@va.gov at or before the exact time specified in due date of this solicitation.
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:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
There are no additional contract requirements, terms or conditions.
The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
Quotes must be emailed to Walida.MooreSaintil@va.gov and received No Later Than 3/30/2023 3:00 pm EST on the close date.
NO LATES WILL BE ACCEPTED
Quotes may be submitted on the vendor s own form. (Include your company information name, address, phone number, POC, POC email, and UEI #).
If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award (If Applicable).
Point of Contact
Any questions or concerns For information regarding the solicitation, please contact Walida Moore-Saintil at Walida.MooreSaintil@va.gov No later than 3/27/2023; NO PHONE CALLS WILL BE ACCEPTED.
Attachments/Links
Contact Information
Contracting Office Address
  • 8875 HIDDEN RIVER PARKWAY
  • TAMPA , FL 33637
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 23, 2023 08:23 am 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 >