65--Request for Quotations (RFQ's) published via General Services Administration (GSA) eBuy. Service-Disabled Veteran-Owned Small Businesses (SDVOSB) set-asides...

expired opportunity(Expired)
From: Federal Government(Federal)
36C10G18Q0014

Basic Details

started - 30 Oct, 2017 (about 6 years ago)

Start Date

30 Oct, 2017 (about 6 years ago)
due - 13 Nov, 2017 (about 6 years ago)

Due Date

13 Nov, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
36C10G18Q0014

Identifier

36C10G18Q0014
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
Oct 30, 2017 12:41 pm Questions and Answers for the following solicitations:

SDVOSB set-aside RFQ s
UNRESTRICTED RFQ s
1. Wound Care RFQ 36C10G18Q0013
Ebuy RFQ ID RFQ1248364
15. Wound Care RFQ 36C10G18Q0027
eBuy RFQ ID: RFQ1248381
2. Respiratory Therapy RFQ 36C10G18Q0014
Ebuy RFQ ID RFQ1248365
16. Respiratory Therapy RFQ 36C10G18Q0028
eBuy RFQ ID: RFQ1248394
3. Central Supply RFQ 36C10G18Q0016
Ebuy RFQ ID RFQ1248383
17. Central Supply ( EMS, Orthopedics and Safety Devices) RFQ 36C10G18Q0029
eBuy RFQ ID: RFQ1248400
4. Medical Documentation (and Orthopedics) RFQ 36C10G18Q0017
Ebuy RFQ ID RFQ1248387

18. Medical Imaging (Physiological, Patient Exam Room and OR Electrocautery RFQ 36C10G18Q0030
eBuy RFQ ID: RFQ1248421
5. Safety Devices RFQ 36C10G18Q0018
Ebuy RFQ ID RFQ1248395
19. OR Drapes and Gowns RFQ 36C10G18Q0031
eBuy RFQ ID: RFQ1248433
6. Medical Imaging
(Physiological & Patient Exam Room) RFQ 36C10G18Q0019
Ebuy RFQ ID RFQ1248397

20. OR Back Tables (OR High Pressure, OR Procedure Kits, OR Specific Surgical & OR Surgical Power) RFQ 36C10G18Q0032
eBuy RFQ ID: RFQ1248438
7. Operating Room: Electrocautery (and OR Drapes and Gowns) RFQ 36C10G18Q0020
Ebuy RFQ ID RFQ1248402
21. Sutures (and Vascular) RFQ 36C10G18Q0033
eBuy RFQ ID: RFQ1248448
8. Operating Room: High Pressure (and OR Procedure Kits and Trays, OR Specific Surgical, OR Surgical Power) RFQ 36C10G18Q0021
Ebuy RFQ ID RFQ1248411
22. Patient Care (and IV solutions) RFQ 36C10G18Q0034
eBuy RFQ ID: RFQ1248456
9. Sutures (and Vascular) RFQ 36C10G18Q0022
Ebuy RFQ ID RFQ1248423
23. Syringes and Needles RFQ 36C10G18Q0051
eBuy RFQ ID: RFQ1248459
10. Patient Care RFQ 36C10G18Q0023
Ebuy RFQ ID RFQ1248428

24. Urology (Apparel and Textiles, Pharmacy & Laboratory) RFQ 36C10G18Q0035
eBuy RFQ ID: RFQ1248462
11. IV Solutions RFQ 36C10G18Q0024
Ebuy RFQ ID RFQ1248432

12. Syringes and Needles RFQ 36C10G18Q0050
Ebuy RFQ ID RFQ1248434

13. Apparel and Textiles RFQ 36C10G18Q0025
Ebuy RFQ ID RFQ1248436

14. Pharmacy (and Laboratory) RFQ 36C10G18Q0026
Ebuy RFQ ID RFQ1248439



Question 1: We request the government clarify how value will be evaluated in offers, or correct the best value language in the solicitation to reflect a lowest price, technically acceptable determination.

This solicitation states that bids will be evaluated on a best value basis, but then states that award will be made on the basis of the lowest price, technically acceptable bid. For example, pages 24 and 25 of current solicitation 36C10g18Q0035 read in part as follows:

A. BASIS FOR ISSUANCE OF BPA

In accordance with FAR 8.405-3(a)(7)(viii) and 8.405-3(b)(1)(ii), a best value determination will be conducted to determine the establishment of the BPA. For items identified in the solicitation as brand-name-or-equal, the solicitation provision FAR 52.211-6 shall apply. As such, FAR 52.211-6 requires that the Vendor s quote indicate each product that is being offered as an equal product. In addition, for each equal product, the proposal must include a description reflecting the characteristics and level of quality that will satisfy the salient physical, functional, or performance characteristics of equal products specified in the solicitation. The quote must also clearly identify the item by brand name (if any), and make/model number. In addition, the proposal must include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer, and clearly describe any modifications the Offeror plans to make in a product to make it conform to the solicitation requirements. Best value will be determined per line item, and one or more single-award BPAs will be established based on the Quoter who has been determined responsible, whose quote provides the lowest reasonable price and meets the Government s brand-name-or-equal requirements/salient characteristics.

A. EVALUATION APPROACH:

FAR 52.211-6 Evaluation:

FAR 52.211-6 requires that products offered as equal undergo verification that is performed by the Contracting officer. Specifically, FAR 52.211-6 requires the Contracting Officer to evaluate equal products based on information furnished by the Offeror or identified in the proposal and reasonably available to the Contracting Officer. The provision notes that the Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Upon verification, the Contracting Officer will submit the information to the Program Executive Office (PEO) for final validation prior to determining Contract award. The BPA will be awarded to the responsible Offeror that provides the lowest price and meets the government s brand-name-or-equal requirements/salient characteristics per line item.

Answer 1: Language does not need to be corrected. Best value can be determined using one of two methods: lowest price, technically acceptable or tradeoff. For this requirement, lowest price, technically acceptable is being utilized IAW FAR 15.101-2 (a)
Question 2: We also request the government extend the response date to allow offerors time to address the value evaluation.

Answer 2. The response due date for all solicitations have been extended until 2:00pm November 6, 2017.

Question 3: I have received notice of the below RFQ s that are due on Monday. Since there are so many items on each of these, is there any way to get the due date extended past 10/30?

Answer 3: See answer 2.

Question 4: Please advise if I can respond to only the Laboratory requirement.

Answer 4: You can respond to any items to which you are not restricted via any socio-economic set-aside. All items quoted must be on your FSS contract. All items listed under these solicitations will be added to the MSPV program.

Question 5: Please advise how a quotation to the VA pertains to Medical Surgical Prime Vendors program. Am I quoting the Prime Vendors?

Answer 5: No you are not quoting the Prime Vendors. You would be quoting items list on the Attachment B PPD spreadsheets.

Question 6: I am inquiring about a conflict of information within the current RFQ that we are reviewing for submission and respectfully request your guidance.

According to Page 24 of Section E.5 ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO OFFERORS, VOLUME III - SOLICITATION, QUOTE AND AWARD DOCUMENTS AND CERTIFICATIONS/REPRESENTATIONS of the attached document the instructions state the Volume shall contain.

i. 52.209-5 Certification Regarding Responsibility Matter (OCT 2015).
ii. 52.209-7 Information Regarding Responsibility Matters (JUL 2013).
iii. 52.209-11 Representation by Corporation Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal (FEB 2016).
iv. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999)
v. 52.222-25 Affirmative Action Compliance (Apr 1984)
vi. Completed provision 52.212-3, Representations and Certifications or current copy from SAM.

The conflicts are noted below,

Page 17 - E.2 52.209-5 - Indicates a conflicting FAR description and provision statement of : REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION)(MAR 2012) , we believe this FAR should be the Certification Regarding Responsibility Matter (OCT 2015) in accordance with the Acquisition.Gov (FAR) website . The description in the document is connected to FAR 52.209-11 but outdated.

The additional conflicts are the items requested on page 24 are not included in Section E Solicitation Provisions.
i. 52.209-11 Representation by Corporation Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal (FEB 2016).
ii. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999)
iii. 52.222-25 Affirmative Action Compliance (Apr 1984)

Can you please clarify what we are to correctly include in Volume III.

Answer 6: 52.209-5 is the correct number even though is the same as the Certification of Responsibility Matter because it s a (Deviation)
52.209-11, 52.222-22, 52.222-25-These are included and are part of your SAM certification and can be provided as such.

Question 7: Please confirm that offerors are not required to propose pricing or submit an offer for each line item included in the Attachment B Product and Pricing Document.

Answer 7: Not required, your company will propose whatever items it can propose under the requirements of the solicitation.

Question 8: If offerors elect not to bid a certain line item, should they leave that item blank or insert NA or some other designation?

Answer 8: Leave Blank, quote only the interested items.

Question 9: If an awarded item becomes obsolete during the five year term of the BPA, is the only recourse to cancel that items or may the new version of the product be thereafter sold at the BPA price?

Answer 9: To be determined at discretion of program office with CO approval.

Question 10: The BPA states at page 4 that the BPA may be cancelled by either party upon 90 days written notice. What if the contractor desires to cancel one item on the BPA but not other items? Must a cancellation extend to the entire BPA?

Answer 10: No, items can be removed individually.

Question 11: The requirement to offer 5 year pricing for every offered line item is problematic as it subjects the offeror to a high degree of risk that the price can be maintained over the entire 5 year term. That further suggest that individual line item cancellations need to permitted. Otherwise offerors will have to cancel their entire BPA if the pricing of certain items becomes too risky in later years. Please advise is this is possible?

Answer 11: See Answer 10.

Question 12: If line item cancellations by the contractor are not permitted, then under FAR 16.203 some form of economic price adjustment in the future years is warranted, otherwise too much risk is placed on the offeror. In that event, we would suggest that the economic price adjustment should be tied to an established price, namely the offeror s current FSS price. If the FSS price goes up or down, then BPA price (based on its discount relationship to the FSS price) should be adjusted accordingly. Then the risk to both parties is mitigated.

Answer 12: See Answer 10.

Question 13: What is the basis for inserting FAR 52.227-14, Right in Data in the RFQ? There are no data item deliverables under the resulting contract. Also, products to be offered are commercial items which presumes that the Government will have no rights in the offeror s/manufacturer s commercial data. Finally the clause places the burden on the contractor to withhold any data to which the Government is entitled to only limited rights or submit that data to the Government with appropriate markings. This is not the normal practice in the industry. Given the decentralized nature of ordering an delivery under the contract, the contractor should not be placed in a position of waiving intellectual property rights in data that is provided to assist the customer. Request that this clause be deleted or its purpose further explained.

Answer 13: The clause is required; however, if no data item is to be included then this is not applicable. This will be for tracking data and manufacturing data, but not product data other than where it is manufactured.

Question 14: Do we need to submit our reply via email and the ebuy site?

Answer 14: Please refer E.5 ADDENDUM TO FAR 52.212-1, INSTRUCTIONS TO OFFERORS for procedures of quote submissions.

Question 15: The following statement appears under Section E.5, Instructions To Offerors, Section B, Quote Submission: Offerors shall be a VA FSS holder for Schedule 65 and/or 66 by the date and time for receipt of offers/quotations . But, the solicitations do not specifically state that items included in offers have to be listed on that vendors FSS contract. Please confirm that SAC will only be accepting offers for products that are listed on Offerors FSS contracts.

Answer 15: Correct. Only items on FSS, a vendors FSS contract, that the vendor is a distributor for can be offered. No open market items should be included for this requirement.

Question 16: These solicitations include both the Buy American Certificate and Trade Agreements Certificate. Both of these certificates apply only if the Buy American Act Clause 52.225-1 and the Trade Agreements Act Clause 52.225-5 are included in the solicitation. I could not find either clause in these solicitations. Were these two clauses left out inadvertently? Please clarify.

Answer 16: The BAA and TAA clause are part of the your FSS contract and they apply. The RFQ s utilizes those clauses in combination with the current ones. BAA will apply to the set-asides while TAA apply to non set-asides.

Question 17: We are having trouble with the spreadsheet for RFQ1248381. Seems column M in tab 3 won t allow us to make an entry. Can you please advise Column M can only accept numerical values.

Answer 17: A corrected spreadsheet has been uploaded resolving the issue. Modification replaces original Attachment B - PPD with corrected version, to resolve a data entry issue that prevented information from being input into Column "M" under Tab "3 Pricing".

Question 18: I have a couple of questions regarding RFQ1248381. I am confused as to how this relates to the pre solicitation notice I received from FedBizOpps last week. Solicitation #36C10G18R0045. Both of these pertain to advanced wound care through the MSPV program. Can you please explain what the difference between the two are and how they impact the Mfg of wound care dressings

Answer 18: The pre-solicitation notice that you mentioned is for another set of requirements under the MSPV program, not this requirement (RFQ1248381). Each requirement is for a separate list of items. There isn t any impact to the Mfg of wound care dressings. In order to compete for the items listed on the subject RFQ, you will have to provide quote. In order to compete for the items associated with the pre-solicitation notice that you mentioned in your email, you will have to provide a quote to that RFQ/RFP when it is released.

Question 19: Can I still bid with a TAA compliant item if I don t yet have it on GSA/VA FSS? (I do have a GSA/FSS V797D-50450)

If yes to question 1, then how will the VA require shipping? Drop ship to one central location for distribution? Or drop ship to individual VA MCs throughout the US/HI/PR etc?

Answer 19: All quoted items must be on your company s FSS. No open market or non-FSS items will be accepted for these requirements.

Shipment for items would be made to the distributors identified in attachment A.

Question 20: For RFQ1248462 is there only one item listed for this request?
Are some products only being sent to SDVWO companies? that received a request for a drain bag but I did not receive a request for a drain bag.

Answer 20: Please review all Attachment B PPDs spreadsheets for all items associated with each solicitation. Your company received notification of this solicitation because your company is listed under one of the SINs chosen at the time of this solicitation s release. Please contact GSA administrators to verify as to what and how your company will receive additional notifications. Some solicitations will be set-aside for certain socio-economic business categories, i.e. SDVOSBs while others will be unrestricted.

Question 21: I wanted to confirm that when responding to RFQ1248462 products in all 4 SIN categories should be submitted on one document correct?
Answer 21: The additional SINs were added to provide greater visibility on GSA. In responding yourc company only has to provide back one solicitation package but will have to provide back separate individual spreadsheets for each category of items that your company quotes on, i.e. apparel and textile , Syringes and Needles , Patient Care , etc. Do not combine the spreadsheets.

Question 22; We do not see a Cascading Order of Preference ("COP") on this RFQ. Was the COP left out intentionally?

If this is an open market RFQ, is there another RFQ with a COP for the same materials?

Answer 22: Correct, cascading is not a part of this acquisition.

Question 23: We request further clarification on this subject. As we are a verified SDVOSB supplier of this brand name item, and it is BAA compliant, we believe this item (and other items like it) should be procured under the SDVOSB set aside procurement. Thank you.

Answer 23: These items were identified to be made outside of the US. If you have different information please provide that information to us. Per the note under the Definitions Instructions tab of the Attachment B PPD spreadsheets, on the row regarding OEM Part's Country of Origin it is state that The default for this field is USA. Please change as needed. It does not mean that that is the predetermined country of origin.

Question 24: Can we obtain more detail on some item numbers: 10003 through 10013?

Answer 24: There aren t any additional details to provide regarding the items you identified. The requirement is a brand name or equal acquisition. The spreadsheet provides the Product Name/ Description, the MFG/MFG (Product) Brand Name /MFG Part #, and the necessary salient characteristics for quoting an or equal item.

Question 25: This email is in regard to the eBuy RFQ ID: RFQ1248400 MSPV Central Supply (EMS, Orthopedics and Safety Devices) Unrestricted in which you are listed as the Contracting Officer. We have the following questions in which are needing clarification on:
Why is this solicitation not an SDVOSB set-aside? Was Market Research adequately conducted for this RFQ?

Answer 25: The solicitation is not an SDVOSB set-aside as items under a set-aside need to be BAA compliant. In light of this, we had to utilize an unrestricted acquisition to properly comply with Trade Agreements Act. See Answer 23 as well.


Question 26: Must SDVOSB respondents already (currently) have a GSA or FSS contract in order to reply to these RFQs?
Answer 26: Yes, that is the case for these RFQ s.
Question 27: Can you please confirm if this solicitation is only for "GSA registered" companies, or can any vendor (that meets either SBA or Unrestricted, as categorized), submit a quote?
Answer 27: It s an FSS requirement; therefore your items have to be in schedule.
Question 28: The items I sell are on the FSS but I don' t hold the schedule the Prime does. Do that nake me eligible to sell those items on the schedule?
Answer 28: You need to have an FSS contract to be able to provide these. Hope this helps clarify
Question 29: We are a (SDVOSB) company. On Solicitation # 36C10G18Q0013, we can provide the majority of supplies needed for this bid. There are only 3 or 4 items we cannot provide. Can we bid on what we can provide? And I need clarification on the Respiratory Theory. Do you just need the device for the Respiratory Theory?
Answer 29: Yes, please follow the RFQ instructions and submit quotes for the items you can provide via FSS. You will have to be more specific on your second question about the Respiratory Therapy RFQ.
Question 30: GSA E Buy will not accept the data that VA requires in a bid submittal, to large!!
Answer 30: Each of the spreadsheets (see example attached) contain: Product Name, Brand Name, Part number and salient characteristics. The RFQ s contain instructions on how to
Question 31. It appears that the below listed sections are missing on the solicitation booklet. This is part of the requirement under Volume 3: Solicitation, Quote and Award Documents and Certifications/Representations.

i. 52.209-11 Representation by Corporation Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal (FEB 2016).
ii. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999)
iii. 52.222-25 Affirmative Action Compliance (Apr 1984)

Answer 31. Seen answer to Question # 6.

U.S. Department of Veterans Affairs;Office of Acquisition Operations;Strategic Acquisition Center;10300 Spotsylvania Ave | STE 400;Fredericksburg VA 22408-2697Location

Place Of Performance : U.S. Department of Veterans Affairs;Office of Acquisition Operations;Strategic Acquisition Center;10300 Spotsylvania Ave | STE 400;Fredericksburg VA 22408-2697

Country : United StatesState : Virginia

You may also like

NCST INVESTIGATION SUPPORT SERVICES

Due: 31 Aug, 2024 (in 4 months)Agency: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY

Classification

339 -- Miscellaneous Manufacturing/339112 -- Surgical and Medical Instrument Manufacturing