United States - 66--Automated Molecular Diagnostic Testing

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
15 November 2019
Opportunity publication date
30 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 29, 2019 12:13 pm

COMBINED SYNOPSIS/SOLICITATION

GENERAL INFORMATION:

Document Type:

Combined Synopsis/Solicitation

Solicitation Number:

36C24919Q0017

Posted Date:

10/25/2019

Response Date:

11/15/2019

Response Time:

5:00 PM Central

Set Aside:

Unrestricted

Product Code:

6630

NAICS Code:

334516

CONTRACTING OFFICE ADDRESS:

Department of Veterans Affairs

Network Contracting office 9 (NCO 9)

1639 Medical Center Parkway

Murfreesboro, TN 37129

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; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06

10/10/2019

The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000 employees.

NCO 9 is seeking to lease an automated complete molecular diagnostic system and applicable reagents for the James H. Quillen Veterans Affairs Medical Center.

All questions regarding this RFQ must be in writing and may be sent by e mail to

corey.malik@va.gov.

Questions must be received no later than 10/31/2019 at 5:00 P.M. Central. No further questions will be accepted after that date and time.

You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this procurement phase. All questions and concerns regarding this RFQ shall be directed to the above Contract Specialist.

STATEMENT OF WORK

Contractor shall provide all labor, equipment, maintenance, material, reagents, consumables, tools, supervision, operators/service manuals, training, parts, installation (if required), and accessories necessary to furnish the equipment and consumables as defined herein. The James H. Quillen VA Medical Center requires a brand name or equal GeneXpert Infinity 48-24 automated molecular diagnostic system. The system shall be a fully automated real time component that integrates a complete on board nucleic acid purification system with amplification and detection in a self-contained system.

Mandatory Requirements:

System Requirements

Contractor must provide a Food and Drug Administration (FDA) approved, Clinical Laboratory Improvement Amendments (CLIA) Moderately Complex, fully-integrated and automated analysis instrument that uses a Random Access Platform for nucleic acid analysis for the rapid detection of Methicillin-resistant Staphylococcus Aureus (MRSA) from patient specimens.

Contractor will allow flexibility for future expansion of testing, using the same instrumentation footprint; to include, but not be limited to, MRSA Net Generation (NxG), Xpress Flu/ Respiratory Syncytial Virus (RSV), Mycobacterium Tuberculosis (MTB)/ Resistance-Inducing Factor (RIF), Carba-R and Xpress Strep A.

Sequential Testing Capability: System should be able to run individual samples without the need for batching.

System must use unprepared samples with little or no preparation time (measured in minutes).

Must provide reagents that can be stored at room temperature.

System should be able to conduct the test and give results rapidly (measured in hours including preparatory time).

System should have the ability to start and run multiple assay protocols simultaneously without stopping currents runs.

User Friendliness: a) should not require a molecular trained technologist to operate the analyzer or to perform the test b) must provide software and/or supporting instrumentation required to maintain, or improve levels of data retrieval, which may be used for epidemiology, or cost-decreasing measures; c) ease in handling and resolving errors;

Instrumentation:

System must include an on-board quality control program capable of printing/displaying all internal quality control/calibrations (e.g. when quality control is out-of-limits).

Any additional costs such as Industrial Funding Fees, special shipping and handling fees, or other usage fees must be clearly indicated in the price quote.

Installation, including Verification/Validation, Training:

Technical support specialist to assist in equipment installation/set-up, correlation studies (evaluation/comparison data sufficient to satisfy College of American Pathologists (CAP) standards), staff training and methodology problems and questions.

All necessary procedure manuals, troubleshooting manuals and operator manuals (also available on computer disk format). Procedures should be in the Clinical and Laboratory Standards Institute (CLSI) format.

Contractor must provide education/training on site basic operating and maintenance training during installations or update to the equipment.

Supplies:

All reagents, controls, calibrators and disposables required for operating the analyzer and producing quality results should be listed as an addendum in the pricing schedule.

Frequency of supply shipments. Contractor should provide initial inventory based on prior use, when available, then establish a standing weekly/monthly/quarterly shipment based on current use, with the capacity to fill emergency requests on-demand.

Repair and Maintenance:

Service will include replacement or repair of all ancillary equipment.

Contractor will provide technical support by phone or on-site support.

Functionality/Characteristics:

Contractor should include utility requirements for the analyzer (electrical, media disposal, etc ). Include all necessary Material Safety Data Sheets (MSDS).

Contractor should include environmental requirements (heat/cool, humidity, light, etc ) for instrument and testing material storage.

Contractor should define maintenance requirements and indicate which are performed by the user; which are not.

Software should be compatible with all barcode styles and bidirectional interface to Location Information System (LIS), where applicable.

Contractor shall provide necessary software/hardware (drivers) for bi-directional interface with Data Innovations, or other LIS vendor. Contractor shall transmit data through a network connection; if it only communicates using a serial port, the contractor should provide the necessary equipment (cable and Lantronix) to change the serial port to network communication.

Equipment should include an Uninterruptible Power Supply (UPS) system that has a 24 hour backup capability.

Support Services:

Contractor shall provide service sufficient to meet the needs of the facility Monday through Friday 8:00am to 4:30pm central time. Field engineer service support must be available within twenty-four (24) business hours of notification, Monday through Friday). All repairs on instrument must be complete within 24 hours from the time the field engineer arrives. Requests for services will be through one contractor.

A service hotline with technical support will be available Monday thru Friday 8am to 4pm central time to provide direct access to technical support. All calls must be answered within one hour via telephone.

Service is to include all travel, parts for repair or replacement, and labor.

Contractor is to provide alternative testing if the equipment requiring repair is down in excess of 24 hours at no additional cost to the Government.

Upgrades/ Test Volume Adjustment:

Contractor will work with the facility to adjust reagent supply to match workload changes.

Automatic software updates will take place within two months of release, and will at all times maintain compatibility of systems with host LIS in place, especially when software is upgraded.

Provide necessary upgrades to equipment hardware at no additional charge to the Government.

Equipment and Consumables:

Equipment

Description

Quantity

Infinity 48-32

1

Printer

1

Consumables

Catalog Number

Description

Yearly Estimated Quantity

GXCDIFF/EPI-120

Xpert C. Diff/Epi(120)

7 kits

GXMRSA-NXG-120

Xpert MRSA NxF(120)

120 kits

GXVANA-10

Xpert vanA(10)

9 kits

XPRSFLU-10

Xpert Xpress Flu(10)

150 kits

900-0370

Cepheid Collection Device(50)

20000

SWAB/F-100

Xpert Nasal Sample Collection Kit (for viruses)

1800 swabs

XPRSFLU-SPAK

Xpert Xpress Flu StartPAK

1 kit

XPRSFLU-BU1

Xpress Flu Panel/Control Bundle

1 kit

XPRSFLU-NSL1-SPAK

Xpert Xpress Flu Nasal 1 StartPAK

1 kit

XPRSFLU-NSLS-SPAK

XpertXpress Flu Nasal 2 StartPAK

1 kit

XPRSFLU-BU2

Xpress Flu Mini Bundle

1 kit

SCHEDULE:

All interested parties shall provide a Brand Name or Equal quotation for the following:

The quantities are the estimated for a 12-month period.

CLIN

Description

Quantity

Price

0001

Automated Complete Molecular Diagnostic System to Include Consumables and Service

Base Year: 12/1/2019-11/30/2020

1

1001

Automated Complete Molecular Diagnostic System to Include Consumables and Service

Option Year One: 12/1/2020-11/30/2021

1

2001

Automated Complete Molecular Diagnostic System to Include Consumables and Service

Option Year Two: 12/1/2021-11/30/2022

1

3001

Automated Complete Molecular Diagnostic System to Include Consumables and Service

Option Year Three: 12/1/2022-11/30/2023

1

4001

Automated Complete Molecular Diagnostic System to Include Consumables and Service

Option Year Four: 12/1/2023-11/30/2024

1

DELIVERY:

Delivery shall be provided no later than 30 days after receipt of award of contract. Delivery shall be FOB destination. The contractor shall deliver CLIN 0001 to the James H. Quillen VA Medical Center.

Place of Performance

James H. Quillen VA Medical Center

Corner of Lamont and Veterans Way

Dogwood Avenue, Building 205

Mountain Home, TN 37684

EVALUATION OF QUOTES:

In accordance with FAR 13.106-2(b)(3), the government will evaluate information based on the Comparative Evaluation process, by comparing one quotation with another in a uniform and fair manner to determine which quote provides the government what it needs, where and when as identified herein. Once one quote is determined acceptable, that quote will then be compared side by side to the remaining quotes; the best quote will then be chosen. Award shall be made to the vendor whose quotation offers the best value to the government, considering technical acceptability, past performance, and price.

QUOTE FORMAT AND SUBMISSION REQUIREMENTS:

Offerors shall provide only one quote. Quote should be emailed to corey.malik@va.gov NLT 11/15/2019 at 5:00 PM CST. Non-compliance with this requirement may result in disqualification of the quote.

All vendors must be registered and complete all entries in the System for Award Management (SAM) to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM

All Quote submissions must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award.

The government intends to award a Firm Fixed Price contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition."

OR

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

Offeror shall list exception(s) and rationale for the exception(s).

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 evaluation will consider the possibility that the option can be exercised at any time and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will therefore use the cost of the last option years pricing to evaluate cost. Any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised.

CLAUSES/PROVISIONS:

Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the

same force and effect as if they were given in full text.

The following clause apply to this acquisition:

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://www.acquisition.gov/far/index.html

http://www.va.gov/oal/library/vaar/

FAR

Title

Date

52.203-17

52.204-4

52.204-10

CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS

PRINTED OR COPIED DOUBLE SIDED ON POSTCONSUMER FIBER CONTENT PAPER

REPORTING EXECUTIVE COMPENSATION AND FIRST TIER SUBCONTRACT AWARDS

APR 2014

MAY2011

OCT 2018

52.204-13

SYSTEM FOR AWARD MANAGEMENT MAINTENANCE

OCT 2018

52.204-18

COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE

JUL 2016

52.209-6

PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT

OCT 2015

52.212-4

CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS

OCT 2018

52.212-5

CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS

OCT 2018

52.222-3

52.222-19

CONVICT LABOR

CHILD LABOR

JUN 2003

JAN 2018

52.222-36

EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES

JUL 2014

52.222-50

COMBATING TRAFFICKING IN PERSONS

MAR 2015

52.222-54

52.223-18

EMPLOYMENT ELIGIBILITY VERIFICATION

ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING

OCT 2015

AUG 2011

52.225-3

BUY AMERICAN-FREE TRADE AGREEMENTS

MAY 2014

52.225-13

RESTRICTIONS ON CERTAIN FOREIGN PURCHASES

JUN 2008

52-232-33

PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT

OCT 2018

52-232-40

PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS

DEC 2013

52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)

The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.

(End of Clause)

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months.

(End of Clause)

VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008)

The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor.

(End of Clause)

VAAR 852.211-70 EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018)

The Contractor shall follow standard commercial practices to furnish manual(s), handbook(s) or brochure(s) containing operation, installation, and maintenance instructions, including pictures or illustrations, schematics, and complete repair/test guides, as necessary, for technical medical equipment and devices, and/or other technical and mechanical equipment provided per all CLIN s. Contracting Officer insert CLIN information]. The manuals, handbooks or brochures shall be provided in hard copy, soft copy or with electronic access instructions, consistent with standard industry practices for the equipment or device. Where applicable, the manuals, handbooks or brochures will include electrical data and connection diagrams for all utilities. The documentation shall also contain a complete list of all replaceable parts showing part number, name, and quantity required.

(End of Clause)

VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (DEVIATION)

(a) This solicitation includes (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside

(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement.

(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.

(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.

(End of Clause)

VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)

(a) Definitions. As used in this clause

(1) Contract financing payment has the meaning given in FAR 32.001.

(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).

(3) Electronic form means an automated system transmitting information electronically according to the

Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.

(4) Invoice payment has the meaning given in FAR 32.001.

(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.

(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.

(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:

(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)

(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.

(d) Invoice requirements. Invoices shall comply with FAR 32.905.

(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:

(1) Awards made to foreign vendors for work performed outside the United States;

(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;

(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;

(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or

(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.

(End of Clause)

VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984)

The contractor shall obtain all necessary licenses and/or permits required to perform this work.  He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract.  He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Kentucky.  Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from.

(End of Clause)

VAAR 852.246-71 REJECTED GOODS (OCT 2018)

(a) Supplies and equipment. Rejected goods will be held subject to Contractor s order for not more than 15 days, after which the rejected merchandise will be returned to the Contractor's address at the Contractor s risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the Contractor.

(b) Perishable supplies. The Contractor shall remove rejected perishable supplies within 48 hours after notice of rejection. Supplies determined to be unfit for human consumption will not be removed without permission of the local health authorities. Supplies not removed within the allowed time may be destroyed. The Department of Veterans Affairs will not be responsible for, nor pay for, products rejected. The Contractor will be liable for costs incident to examination of rejected products.

(End of Clause)

The following provisions apply to this solicitation:

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address

http://www.acquisition.gov/far/index.html

http://www.va.gov/oal/library/vaar/

FAR

Title

Date

52.204-7

SYSTEM FOR AWARD MANAGEMENT

OCT 2018

52.204-16

COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING

JULY 2016

52.211-6

BRAND NAME OR EQUAL

AUG 1999

52.212-1

INSTRUCTIONS TO OFFERORS

OCT 2018

52.217-5

EVALUATION OF OPTIONS

JULY 1990

52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 2018)

The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision.

(b)

(1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM.

(2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201). [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]

(End of Provision)

52.233-2 SERVICE OF PROTEST (SEPT 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgment of receipt from Monica Thompson, Contracting Officer.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of Provision)

VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (OCT 2018)

(a) Any protest filed by an interested party shall

(1) Include the name, address, fax number, and telephone number of the protester;

(2) Identify the solicitation and/or contract number;

(3) Include an original signed by the protester or the protester's representative and at least one copy;

(4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents;

(5) Specifically request a ruling of the individual upon whom the protest is served;

(6) State the form of relief requested; and

(7) Provide all information establishing the timeliness of the protest.

(b) Failure to comply with the above may result in dismissal of the protest without further consideration.

(c) Bidders/offerors and Contracting Officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process.  If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation.

(End of Provision)

VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (OCT 2018)

(a) As an alternative to filing a protest with the Contracting Officer, an interested party may file a protest by mail or electronically with:  Executive Director, Office of Acquisition and Logistics, Risk Management and Compliance Service (003A2C), Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420 or Email:  EDProtests@va.gov.

(b) The protest will not be considered if the interested party has a protest on the same or similar issue(s) pending with the Contracting Officer.

(End of Provision)

VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008)

The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract.  Such designation will be in writing and will define the scope and limitation of the designee s authority.  A copy of the designation shall be furnished to the contractor.

(End of Provision)

Opportunity closing date
15 November 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?