SOURCES SOUGHT
65 -- HIV/HCV viral load testing equipment, reagents, supplies, maintenance and support for VAPAHCS.
- Notice Date
- 7/22/2010
- Notice Type
- Sources Sought
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98;McClellan Business Park CA 95652
- ZIP Code
- 95652
- Solicitation Number
- VA26110RI0331
- Response Due
- 8/11/2010
- Archive Date
- 9/10/2010
- Point of Contact
- Angela Oppenheimer
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION This Request for Information (RFI) is neither a request for quotes nor a request for proposals. The government is seeking information for market research purposes only and may or may not issue solicitation documents associated with this announcement. VANCHCS is conducting a market survey for qualified firms capable of providing HIV/HCV viral load test instruments, reagents, supplies and technical field and customer support service on a cost-per-test basis, in accordance with the following Description of Work. Applicable NAICS code is 325413, size standard 500. Interested parties may identify their interest and capability to the requirements by submitting literature and documentation, detailing their experience in providing the required product. Responses to this notice must be submitted in writing via email to angela.oppenheimer@va.gov and received no later than Wednesday, August 11, 2010. No telephone inquires will be accepted. It is not the intent of the VANCHCS to reimburse providers for the cost of submitting information in response to this source sought. The Government will not return pictures, documents, and graphs or related requested information. Description of Work HIV/HCV viral load testing equipment, reagents, supplies, maintenance and support for monitoring patient disease prognosis and aiding in assessing viral responses to antiviral treatment as measured by changes in the plasma viral load levels Summary of Requirements: "Rental of HIV/HCV/Sample Extraction and Real-Time PCR viral load testing instruments "Purchase of reagents and supplies for use with viral load testing instruments "Maintenance and field support services including telephone helpline support and any new equipment and software upgrades Deliverables: "One (1) automated DNA/RNA extractor that accepts primary tubes "One (1) RealTime PCR machine and software with laboratory defined application for HCV and HIV viral loads; Software shall have an open mode "Maintenance, field service and telephone helpline support during normal business hours, which are from 7:00am to 5:00pm PST "All respective equipment and software updates "Contractor-provided equipment/software training for up to four (4) technologists Required testing methodology shall include a fully automated 96 well plate magnetic particle extraction using RealTime RT-PCR methodology. Manufacturer shall additionally be able to provide test kits that incorporate an external calibrator and accept primary blood tubes on the extractor. The equipment and software shall also have an open mode so that additional new tests, created by the VA laboratory, can be used on it. Estimated annual quantity of HIV/HCV Viral Load tests is 7,400 per year. The pricing structure for this requirement shall be based on cost-per-use: Instrumentation use, reagents and supplies, user technical training, telephone helpline, maintenance services, field service and support, and equipment and software updates shall all be incorporated into the cost-per-use charge. Equipment shall be located at the VA Palo Alto Health Care System (VISN 21), Pathology and Laboratory Medicine Service, Molecular Pathology Section, Building 100, Room F4-173, 3801 Miranda Avenue, Palo Alto, CA 94304. Testing with the instruments, reagents, and supplies shall be performed at this site. Quarterly evaluations of the manufacturer shall be assessed. Quality Assurance/utilization review procedures include supplier/method review and bi-annual reporting at the laboratory QI meeting and quarterly assessment reports by the Contracting Officer's Technical Representative (COTR). For acceptable performance standards, the testing shall have less than a 5% failure rate. Sensitivity of method shall be 95% or greater. Standard deviation shall be less than or equal to 0.25 log. Specific qualifications of the contractor shall include the capability to provide all reagents and supplies in a timely manner and in lot sizes that shall be large enough to allow 6 to 12 months stability. The contractor shall provide reagents and supplies without backorders that can affect laboratory operations at VA Palo Alto. The company shall also provide field service and maintenance in a timely manner so that turnaround times can be met for VISN 21 testing services. To ensure both parties have an equal understanding of the services, other essential elements that the contractor shall provide in a timely manner include a Technical Help Phone Line and Technical Field Service, as follows: "Technical Help Phone Line - Shall respond within one hour of the call for help "Technical Field Service - Shall respond and send out a Field Service Technician within 24 hours of the call for help The Contractor shall also provide education and training for utilizing this equipment for HIV Viral Load testing. Training may be done onsite or offsite. As many as four (4) technologists shall be trained by the Contractor. The VA Contracting Officer (CO) reserves the right to designate one or more representatives, known as Contracting Officer's Technical Representatives, or COTRs, to act for him or her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation shall be in writing and shall define the scope and limitation of the designee's authority. If appropriate, a copy of the designation shall be furnished to the Contractor. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26110RI0331/listing.html)
- Record
- SN02214726-W 20100724/100722235121-4f28618293c7404a8dc66e2686f2673d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |