DOCUMENT
Q -- Glycated Hemoglobin A1C CPRR Testing for Lab - New Long-Term - Attachment
- Notice Date
- 2/7/2014
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25914I0245
- Response Due
- 2/17/2014
- Archive Date
- 2/22/2014
- Point of Contact
- Steven R. Gardner
- E-Mail Address
-
steven.gardner@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- 02/10/2014, THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The NCO 19, Rocky Mountain Network Acquisition Center, 4100 E. Mississippi Ave, Glendale CO is performing market research to determine if there are sufficient numbers of qualified Small Businesses; Veteran Owned Small Businesses; or Small or Emerging Small Businesses or Businesses that are GSA or FSS Schedule Holders. The U.S Department of Veteran Affairs Salt Lake City Medical Center (660), Utah (henceforward shall be known at the VAMC) has a requirement for "Cost per Reportable Result (CPRR). Contractor shall provide all equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of its contractor owned analyzer and peripherals necessary for the generation of testing for a Glycated Hemoglobin A1C ASSAY Cost per Reportable Result (CPRR) services. Services shall be required for one base year and four one-year options. DEFINITIONS Cost Per Reportable Result (CPRR): The per reportable result price shall include costs covering (a) equipment use, (b) all reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of the contractor's equipment and necessary for the generation of a patient reportable result. This does not include those items approved for exclusion by the government such as printer paper, labels etc. This per patient reportable result price shall also encompass all costs associated with dilution, repeat and confirmatory testing required producing a single patient reportable result. It will also include the material to perform as well as all other costs associated with quality control (provide control material or credit to purchase controls from other vendor), calibration and correlation study testing that is prescribed by Clinical and Laboratory Standards Institute (CLSI) (c) All necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs and (d) training for Government personnel. Contractors are required to provide delivery, installation and removal of equipment at no additional charge. INTERESTED VENDORS INFORMATION All interested businesses who can meet the requirements stated above should respond, in writing, with information describing their interest, capabilities, geographic location and indicate which small business category and NAICS for which they qualify. Please forward all correspondence to Steven R. Gardner, U.S VA Contracting Officer no later than 1700 hours MT, (Mountain Time), 17 February 2014. The NAICS Codes applicable for this acquisition are 334516 and the small business size standard is 500 Employees. Interested businesses/vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Central Contractor Registration (CCR) (SAMS) database prior to award of a contract. Please see attached (Draft) Statement of Work (SOW) for performance and transcription equipment requirements. ALL INQUIRIES SHALL BE MADE TO: Contracting Officer: Steven R. Gardner; NCO19, Grand Junction, Colorado; Phone: 970-270-9503; email: STEVEN.GARDNER@VA.GOV See attached document: P-01 SOW.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914I0245/listing.html)
- Document(s)
- Attachment
- File Name: VA259-14-I-0245 VA259-14-I-0245.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1198022&FileName=VA259-14-I-0245-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1198022&FileName=VA259-14-I-0245-000.docx
- File Name: VA259-14-I-0245 P01 SOW_Glycated HgbA1C CPRR.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1198023&FileName=VA259-14-I-0245-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1198023&FileName=VA259-14-I-0245-001.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-14-I-0245 VA259-14-I-0245.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1198022&FileName=VA259-14-I-0245-000.docx)
- Place of Performance
- Address: Station Number: 00660;Salt Lake City VAMC;Lab & Path Department; Attn: Terry Gallardo, AO;500 Foothill Drive;Salt Lake City, Utah
- Zip Code: 84148-0001
- Zip Code: 84148-0001
- Record
- SN03283886-W 20140209/140207235358-97a421a767f7c25090e54519acb30e8b (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 |