SOLICITATION NOTICE
66 -- COST PER REPORTABLE RESULTS COAGULATION ANALYZERS AND REAGENTS
- Notice Date
- 8/12/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Southern Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K0014R9776
- Response Due
- 9/8/2014
- Archive Date
- 10/11/2014
- Point of Contact
- Valerie DeVeaux, (706) 787-8438
- E-Mail Address
-
Southern Regional Contracting Ofc
(valerie.j.deveaux.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number W81K00-14-R-9776 for purchase request GFEBS 0010539776 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 335413. Size standard is 500. This RFP is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. Responses due date: SEPTEMBER 8, 2014 The requirements of this solicitation are for Coagulation analyzers with Laboratory Information System (LIS) connectivity, reagents, initial training and any other items to maintain and operate contractor owned equipment for daily operation on a cost per reportable results for the period of 1 October 2014 through 30 September 2017 for Eisenhower Army Medical Center, Fort Gordon, GA. Initial Ordering Period: I October 2014 through 30 September 2015. Item No. 0001. Cost -Per-Reportable Result Cost-Per-Reportable includes: 2 Compact coagulation analyzers for coagulation testing. Initial Training: Off-site training for one staff member to be held at DSI's discretion, either at the customer's facility or at the DSI facility at Parsippany, NJ. Additional on-site basic Compact operator training for laboratory staff. Unlimited equipment calls with on-site response within 24 hours M-F 8AM to 5PM local time, exclusive of holidays. Travel and labor included. Unlimited calls to STA system Hotline Support concerning monitors, printers, & universal power supplies (peripherals) for all contractor owned analyzers, Ft Gordon, GA. SAF FY15. Ordering Period of 1 Oct 14 - 30 Sep 15. Payment to be made in arrears. Item No. 0001AA PT TESTING APPROXIMATELY 642 PT TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 7,700 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 0001AB APTT TESTING SPPROXIMATELY 667 APTT TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 8,000 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 0001AC FIBRINOGEN TESTING APPROXIMATELY 13 FIBRINOGEN TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 150 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 0001AD STA D-DIMER LIATEST TESTING ITEM #00515 D-DIMER LIATEST REAGENT FOR TESTING. APPROXIMATELY 890 TESTS PER YEAR. QTY OF 5 KITS PER YEAR. CALIBRATORS AND CONTROLS AT APPROXIMATELY 2190 PER YEAR. QTY OF 14 KITS PER YEAR. TOTAL OF 19 REAGENT KITS. QTY: 20 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 0001AE STA LIATEST CONTROL N&P ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR. QTY: 65 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 0001AF CLARITY PEER GROUP PROGRAM ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR. QTY: 12 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 0001AG STA LIQUID ANTI-Xa 4 ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 30 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 0001AH QUALITY HNF/UFH ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 183 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 0001AJ MULTI-HEP CALIBRATOR ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 2 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 0001AK QUALITY LMWH ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 183 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Total Base Period: _____________________ Item No. 1001. Cost -Per-Reportable Result Cost-Per-Reportable includes: 2 Compact coagulation analyzers for coagulation testing. Initial Training: Off-site training for one staff member to be held at DSI's discretion, either at the customer's facility or at the DSI facility at Parsippany, NJ. Additional on-site basic Compact operator training for laboratory staff. Unlimited equipment calls with on-site response within 24 hours M-F 8AM to 5PM local time, exclusive of holidays. Travel and labor included. Unlimited calls to STA system Hotline Support concerning monitors, printers, & universal power supplies (peripherals) for all contractor owned analyzers, Ft Gordon, GA. Ordering Period of 1 Oct 15 - 30 Sep 16. Payment to be made in arrears. Item No. 1001AA PT TESTING APPROXIMATELY 642 PT TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 7,700 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 1001AB APTT TESTING SPPROXIMATELY 667 APTT TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 8,000 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 1001AC FIBRINOGEN TESTING APPROXIMATELY 13 FIBRINOGEN TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 150 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 1001AD STA D-DIMER LIATEST TESTING ITEM #00515 D-DIMER LIATEST REAGENT FOR TESTING. APPROXIMATELY 890 TESTS PER YEAR. QTY OF 5 KITS PER YEAR. CALIBRATORS AND CONTROLS AT APPROXIMATELY 2190 PER YEAR. QTY OF 14 KITS PER YEAR. TOTAL OF 19 REAGENT KITS. QTY: 20 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 1001AE STA LIATEST CONTROL N&P ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR. QTY: 65 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 1001AF CLARITY PEER GROUP PROGRAM ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR. QTY: 12 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 1001AG STA LIQUID ANTI-Xa 4 ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 30 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 1001AH QUALITY HNF/UFH ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 183 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 1001AJ MULTI-HEP CALIBRATOR ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 2 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 1001AK QUALITY LMWH ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 183 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Option Year 1Total: _____________________ Item No. 2001. Cost -Per-Reportable Result Cost-Per-Reportable includes: 2 Compact coagulation analyzers for coagulation testing. Initial Training: Off-site training for one staff member to be held at DSI's discretion, either at the customer's facility or at the DSI facility at Parsippany, NJ. Additional on-site basic Compact operator training for laboratory staff. Unlimited equipment calls with on-site response within 24 hours M-F 8AM to 5PM local time, exclusive of holidays. Travel and labor included. Unlimited calls to STA system Hotline Support concerning monitors, printers, & universal power supplies (peripherals) for all contractor owned analyzers, Ft Gordon, GA. Ordering Period of 1 Oct 16 - 30 Sep 17. Payment to be made in arrears. Item No. 2001AA PT TESTING APPROXIMATELY 642 PT TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 7,700 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 2001AB APTT TESTING SPPROXIMATELY 667 APTT TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 8,000 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 2001AC FIBRINOGEN TESTING APPROXIMATELY 13 FIBRINOGEN TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 150 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 2001AD STA D-DIMER LIATEST TESTING ITEM #00515 D-DIMER LIATEST REAGENT FOR TESTING. APPROXIMATELY 890 TESTS PER YEAR. QTY OF 5 KITS PER YEAR. CALIBRATORS AND CONTROLS AT APPROXIMATELY 2190 PER YEAR. QTY OF 14 KITS PER YEAR. TOTAL OF 19 REAGENT KITS. QTY: 20 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 2001AE STA LIATEST CONTROL N&P ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR. QTY: 65 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 2001AF CLARITY PEER GROUP PROGRAM ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR. QTY: 12 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 2001AG STA LIQUID ANTI-Xa 4 ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 30 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 2001AH QUALITY HNF/UFH ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 183 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 2001AJ MULTI-HEP CALIBRATOR ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 2 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 2001AK QUALITY LMWH ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 183 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Option Year 2Total: _____________________ Item No. 3001. Cost -Per-Reportable Result Cost-Per-Reportable includes: 2 Compact coagulation analyzers for coagulation testing. Initial Training: Off-site training for one staff member to be held at DSI's discretion, either at the customer's facility or at the DSI facility at Parsippany, NJ. Additional on-site basic Compact operator training for laboratory staff. Unlimited equipment calls with on-site response within 24 hours M-F 8AM to 5PM local time, exclusive of holidays. Travel and labor included. Unlimited calls to STA system Hotline Support concerning monitors, printers, & universal power supplies (peripherals) for all contractor owned analyzers, Ft Gordon, GA. Ordering Period of 1 Oct 17 - 30 Sep 18. Payment to be made in arrears. Item No. 3001AA PT TESTING APPROXIMATELY 642 PT TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 7,700 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 3001AB APTT TESTING SPPROXIMATELY 667 APTT TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 8,000 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 3001AC FIBRINOGEN TESTING APPROXIMATELY 13 FIBRINOGEN TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 150 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 3001AD STA D-DIMER LIATEST TESTING ITEM #00515 D-DIMER LIATEST REAGENT FOR TESTING. APPROXIMATELY 890 TESTS PER YEAR. QTY OF 5 KITS PER YEAR. CALIBRATORS AND CONTROLS AT APPROXIMATELY 2190 PER YEAR. QTY OF 14 KITS PER YEAR. TOTAL OF 19 REAGENT KITS. QTY: 20 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 3001AE STA LIATEST CONTROL N&P ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR. QTY: 65 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 3001AF CLARITY PEER GROUP PROGRAM ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR. QTY: 12 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 3001AG STA LIQUID ANTI-Xa 4 ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 30 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 3001AH QUALITY HNF/UFH ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 183 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 3001AJ MULTI-HEP CALIBRATOR ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 2 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 3001AK QUALITY LMWH ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 183 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Option Year 3 Total: _____________________ Item No. 4001. Cost -Per-Reportable Result Cost-Per-Reportable includes: 2 Compact coagulation analyzers for coagulation testing. Initial Training: Off-site training for one staff member to be held at DSI's discretion, either at the customer's facility or at the DSI facility at Parsippany, NJ. Additional on-site basic Compact operator training for laboratory staff. Unlimited equipment calls with on-site response within 24 hours M-F 8AM to 5PM local time, exclusive of holidays. Travel and labor included. Unlimited calls to STA system Hotline Support concerning monitors, printers, & universal power supplies (peripherals) for all contractor owned analyzers, Ft Gordon, GA. Ordering Period of 1 Oct 18 - 30 Sep 19. Payment to be made in arrears. Item No. 4001AA PT TESTING APPROXIMATELY 642 PT TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 7,700 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 4001AB APTT TESTING SPPROXIMATELY 667 APTT TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 8,000 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 4001AC FIBRINOGEN TESTING APPROXIMATELY 13 FIBRINOGEN TESTS PER MONTH. ALL REAGENTS, CALIBRATORS, AND CONTROLS INCLUDED IN MONTHLY COST. QTY: 150 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 4001AD STA D-DIMER LIATEST TESTING ITEM #00515 D-DIMER LIATEST REAGENT FOR TESTING. APPROXIMATELY 890 TESTS PER YEAR. QTY OF 5 KITS PER YEAR. CALIBRATORS AND CONTROLS AT APPROXIMATELY 2190 PER YEAR. QTY OF 14 KITS PER YEAR. TOTAL OF 19 REAGENT KITS. QTY: 20 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 4001AE STA LIATEST CONTROL N&P ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR. QTY: 65 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 4001AF CLARITY PEER GROUP PROGRAM ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR. QTY: 12 MONTHS; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 4001AG STA LIQUID ANTI-Xa 4 ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 30 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 4001AH QUALITY HNF/UFH ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 183 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 4001AJ MULTI-HEP CALIBRATOR ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 2 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Item No. 4001AK QUALITY LMWH ITEM #00562 STA LIATEST CONTROLS. VOLUME IS 65 KITS PER YEAR.. QTY: 183 EACH; UNIT PRICE: $___________ TOTAL AMOUNT: $____________ Option Year 4 Total: _____________________ TOTAL CONTRACT VALUE (BASE + 4 OPTIONS): ____________________ Place of Performance: Eisenhower Army Medical Center Bldg 300 Tammis East Hospital Road Fort Gordon, GA 30905 UNITED STATES The following FAR and DFARS provisions and clauses apply to this solicitation: The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offeror - Commercial Items (FEB 2012). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation. See provision 52.252-1 for locations where full text can be obtained. 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will issue a single order to the responsible contractor whose proposal, conforming to the solicitation, is the Lowest Priced, Technically Acceptable (LPTA). Award is on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: Explain how your company will meet the terms of the solicitation for Microcuvette Reagents of the items as specified in the solicitation. Prospective contractors shall demonstrate that the items offered complies with the technical requirements described by submission of a written capability statement with their offer. This written capability statement must be submitted with offer and not exceed 10 pages. Acceptable - To receive this rating, the vendor's items shall meet the salient characteristics set forth in the solicitation. Unacceptable - An unacceptable rating will be assessed on any vendor that presents items that demonstrate any of the following: Failure to meet the salient characteristics set forth herein (see page 14). 1a. Failure to provide sufficient detail for the Government to determine whether the items satisfactorily meet the requirements of this solicitation. Explain how your company will meet the terms of the solicitation for Microcuvette Reagents of the items as specified in the solicitation. Prospective contractors shall demonstrate that the items offered complies with the technical requirements described by submission of a written capability statement with their offer. This written capability statement must be submitted with offer and not exceed 10 pages. 2. Price. The offeror shall submit pricing for all CLINs identified in the combined synopsis/ solicitation, unless otherwise noted. Pricing will be evaluated to the extent to which it is fair and reasonable in term of the Government's equipment. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability, quote mark best value quote mark. The award decision will be based on the lowest priced technically acceptable quote as determined by the end user. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the System Award management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. IAW 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. Offers are due by September 8, 2014, 2:00 PM, Eastern Standard Time. Submit offers via email to Valerie.J.DeVeaux.civ@mail.mil, facsimile (706) 787-5681 or mail. Contracting Office Address: Southern Region Contracting Office (SRCO) 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 The following stand alone discretionary FAR and DFARS provisions are necesssary: 52.204-5 - Women-Owned Business Other Than Small Business (MAY 1999). 52.211-6 - Brand Name Or Equal (AUG 1999) 52.225-25 - Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification (DEC 2012) 52.203-2 - Certificate Of Independent Price Determination (APR 1985) 52.209-7 - Information Regarding Responsibility Matters (JUL 2013) 52.215-20 - Requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (OCT 2010) 52.216-1 - Type Of Contract (APR 1984) 52.233-2 - Service Of Protest (SEP 2006) 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). 252.203-7005 - Representation Relating To Compensation Of Former DoD Officials (NOV 2011). 252.204-7011 - Alternative Line-Item Structure (SEP 2011) 252.209-7001 - Disclosure Of Ownership Or Control By The Government Of A Terrorist Country (JAN 2009) 252.215-7007 - Notice Of Intent To Resolicit (JUN 2012) 252.215-7008 - Only One Offer (OCT 2013) 252.225-7020 - Trade Agreements Certificate (JAN 2005) 252.247-7022 - Representation Of Extent Of Transportation By Sea (AUG 1992) 52.212-4 -- Contract Terms and Conditions - Commercial Items, applies to this acquisition (JUN 2010) and Addendum to 52.212-4--(u) The non-FAR Part 12 discretionay FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.203-3 - Gratuities (APR 1984). 52.203-6 - Restrictions On Subcontractor Sales To The Government (SEP 2006). 52.203-12 - Limitation On Payments To Influence Certain Federal Transactions (OCT 2010). 52.203-17 - Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (APR 2014) 52.204-4 - Printed Or Copied Double-Sided On Postconsumer Feber Content Paper (MAY 2011). 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (AUG 2013). 52.219-8 - Utilization Of Small Business Concerns (JAN 2011). 52.219-9 - Small Business Subcontracting Plan (JUL 2013) 52.219-16 - Liquidated Damages - Subcontracting Plan (JAN 1999) 52.222-19 - Child Labor-Cooperation With Authorities And Remedies (JAN 2014) 52.222-50 -- Combat Trafficking in Persons (FEB 2009). 52.223-3 - Hazardous Material Identification And Material Safety Data (JAN 1997) 52.223-5 - Pollution Prevention and Right-To-Know Information (MAY 2011) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (AUG 2011). 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008). 52.228-5 - Insurance - Work On A Government Installation (JAN 1997). 52.232-18 - Availability Of Funds (APR 1984) 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003). 52.232-39 - Unenforceability Of Unauthorized Obligatiojns (JUN 2013) 52.232-40 - Providing Accelerated Payments To Small Business Subcontractors (DEC 2013) 52.233-3 - Protest After Award (AUG 1996). 52.233-4 - Applicable Law for Breach of Contract Clalim (OCT 2004). 52.237-2 - Protection of Government Buildings, Equipment, And Vegetation (APR 1984). 52.237-3 - Continuity Of Services (JAN 1991) 52.242-13 - Bankruptcy (JUL 1995). 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (SEP 2011). 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (SEP 2013). 252.204-7003 - Control of Government Personnel Work Product (APR 1992). 252.205-7000 - Provision Of Information To Cooperative Agreement Holders (DEC 1991) 252.209-7004 - Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country (MAR 2014) 252.225-7012 - Preference For Certain Domestic Commodities (FEB 2013) 252.225-7021 - Trade Agreements (OCT 2013) 252.225-7048 - Export Controlled Items (JUN 2013) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (JUN 2012). 252.232-7010 - Levies on Contract Payments (DEC 2006). 52.217-6 - Option For Increased Quantity (MAR 1989) 52.217-8 - Option to Extend Services (NOV 1999) 52.217-9 - Option to Extend the Term of the Contract (MAR 2000). 52.219-28 - Post-Award Small Business Program Representation (APR 2012). 52.252-2 - Clauses Incorporated by Reference (FEB 1998). 52.252-6 -- Authorized Deviations in Provisions (APR 1984). quote mark DoD FAR Supplement (48 CFR Chapter 2). quote mark 252.204-7012 - Safeguarding Of Unclassified Controlled Technical Information (NOV 2013) 252.244-7000 - Subcontracts For Commercial Items And Commercial Components (JUN 2013) INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (JAN 2014)(DEVIATION 2013-O0019) STATEMENT OF OBJECTIVES Coagulation Instrumentation 1. General Scope of Work. 1.1 Vendor shall provide Coagulation analyzers, Laboratory Information System (LIS) connectivity for the Department of Pathology Core Laboratory at Dwight David Eisenhower Army Medical Center, (DDEAMC) Fort Gordon, Georgia, with a one year Cost Per Reportable contract with four option years for the medical equipment, reagents, and supplies listed below. All reagent kits must be FDA approved for use in clinical testing. The reagents must be delivered in the amounts specified within a week of the supply schedule delivery dates, to cover the workload. The reagents must have expiration dates no less than 6 months from the delivery date. The reagents must function properly, passing all lot-to-lot tests. Calibrators and controls must function properly and test with the ranges set by the manufacturer. The analyzers must perform the quoted and contracted workflow (approximately 56,000 samples per year). The analyzer must also be able to interface with the hospital information system to allow for transfer of results. The analyzers will be highly utilized for performing high volume of blood plasma samples coagulation testing. The automated analyzers will allow for continuous feed of samples during the testing time and will increase efficiency and testing. The analyzers must also provide flagging capability for subsequent and follow-on manual slide review and differential testing. Vendor shall deliver the analyzer within two months of the government's delivery of the contract at the quoted cost and aid in the validation, calibration and correlation testing of the analyzers. Vendor shall also provide all necessary set up, installation and maintainability of contractor owned equipiment to ensure seamless transition to the LIS CHCS for daily operation. Vendor shall be responsible for all equipment failures and provide corrective repairs on-site within 24 hours. Any equipment downtime that exceeds 3 work days will require the vendor to provide alternate testing equipment and perform machine validation if necessary. The equipment will be located in the Core Laboratory, Department of Pathology at Dwight David Eisenhower Army Medical Center, Fort Gordon Georgia, 30905. Funding will be allocated annually subject to the availability of funds. 1.2 Operation 1.2.1 Hours of operation: On-site instrument operation shall be provided Monday through Friday, 0800 to 1800, including Observed holidays. 1.2.2 Normal Hours: Eisenhower Army Medical Center, Department of Pathology Section hours of operation are 7 days a week, 24 hours a day. 1.2.3 Installation Personnel: Equipment installation under this contract shall be performed by individuals who have demonstrated knowledge and competence of the specific instrumentation under the contract. 1.2.4 Security Requirements: (Access, General Protection, and Security Policy and Procedures) Contractor personnel or any representative of the contractor entering Fort Gordon shall abide by all security regulations and shall be subject to security checks. Contractor and all associated subcontractor employees shall comply with all applicable installation, facility, and area commander installation and/or facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshall Office, Director of Emergencies Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.2.6 Quality Assurance: Upon completion of work, an acceptance inspection will be conducted by the Government and also by the equipment user to ensure installation is completed. All Material Safety Data Sheets associated with the reagents shall be provided to Eisenhower Army Medical Center Laboratory upon receipt of the reagents or products. If any FDA mandated or company initiated recall is issued on any kit or kit component in use at EAMC, the vendor will notify the Ordering POC, or some member of the testing lab within 24 hours of the issuance of the recall. 1.2.7 Quality Control: The contractor shall be responsible to ensure that the quality of materials provided under this contract meet or exceed the statement of objectives. 1.2.8 Emergency Calls: The contractor shall perform unlimited emergency equipment failure calls Monday through Friday, 0800-1800, including observed holidays. Response time shall be within 24 hours once determination of service need is made. Contractor shall be able to provide as emergency support within (2) hours of telephone request. Success of the Coagulation testing mission hinges upon the laboratory ability to provide rapid and accurate results to the providers and patients of Eisenhower Army Medical Center. In the event of prolonged equipment failure, there will be a substantial monetary loss to the government. In the event of equipment failure, the government will withhold paying the invoiced until the next invoice date or until the equipment is returned to operational status. As the result of an equipment failure, downtime experienced by the lab will cause an unacceptable delay in patient treatment. If an equipment failure resulting in downtime exceeds 3 working days, the vendor shall provide replacement equipment either as a temporary stop-gap solution (to be re-exchanged for the original equipment once repairs are made), or as a permanent replacement for the failing existing equipment. 2. Definitions. 2.1 Response Time: The time frame within which the contractor must arrive on-site, measured form the time of verbal notification that service is required. Response time for this contract is 24 hours after service call is confirmed. 2.2 FDA: Food and Drug Administration 2.3 CAP: College of American Pathologists 3.0 Contractor Furnished items: 3.1 The contractor shall furnish all materials and supplies necessary to maintain contractor owned equipment. Travel is included in the overall contract cost. 4. Specific Tasks: 4.1 The contractor shall install two Compact coagulation analyzers and perform installation qualification. The contractor shall be responsible for qualifying new instrument and reagents on the analyzer. All deliveries by the contractor shall be documented with appropriate checklists and forms. This documentation shall be given to the section supervisor. The contractor shall develop a site specific implementation plan prior to the delivery of the instrument. The contractor shall provide instrument training of primary operations on-site, and will assist with workflow optimization to ensure a smooth transition from our current method to the contractor's platform. The contractor shall validate the new system, providing needed reagents to complete validation. The contractor shall provide the validation guidelines in electronic and hard copy format. These guidelines shall contain but not limited to test cases from which the facility can select or modify according to Department of Pathology requirements. These analyzers must be able to interface as a bi-directional system with the current Composite Health Care Systems (CHCS) LIS system. The contractor shall provide all necessary communication equipment. 4.2 Contractor's representative shall report to the Medical Maintenance Branch, Building 300, Eisenhower Army Medical Center, prior inspection of equipment failure and necessary actions to return to operable condition during normal operating hours from 0800 to 1800, Monday through Friday. If completed after normal duty hours the staff on-site will make sure receipts are provided to the Medical Maintenance Branch. 4.3 Software coverage: Contractor shall update all software to the customer and must notify to the customer when updates are released. This is at no cost to the government. Hardware upgrades that are related to safety concerns or needed to maintain instrument performance specifications will be mandatory and shall be performed by the Field Service Engineer at no cost to the customer. All software and hardware upgrades must be performed by trained personnel. The Field Service Engineer shall schedule with the section supervisor of the upgrade. 4.5 Training: Included with the analyzer acquisition is comprehensive training for the employees of the Core Lab. Compact training will comprise of two initial training seats. Training shall be conducted at vendor training location. Any additional training needs shall be conducted on-site by implementation representatives. Diagnostics Systems Specialist shall be available to facilitate the analyzer implementation. These personnel shall make the initial instrument qualification testing and provide guidance to the Core Lab, Eisenhower Army Medical Center staff for tasks such as writing SOPs and performing parallel testing. 5. Payments: 5.1 Contractor shall invoice through Wide Area Work Flow (WAWF). Monthly invoices will be input into WAWF not later 30 days after shipment of supplies. Monthly invoices will incorporate reagent use from the first day of the month through the last day of said month. 6. Non-compliance: 6.1 In the event the contractor fails to accomplish deliveries within the months specified or within the required time frame, the entire agreement shall be extended 30 days at no charge to the government. SALIENT CHARACTERISTICS Coagulation Instrument -Two instruments -FDA approved -Bench top (vs. floor model instrument) -Menu: Minimal - PT, APPT, Fibrinogen, D-dimer, Anti-Xa Programmable for mixing studies - -Automatic dilutions Clot based testing (at least PT/APPT) -On-board storage reagents w/management (tracking on-board shelf-life) (reagents good for at least one week on-board for PT/APPT/Fibrinogen/D-dimer). -QC (once performed) good for at least 8 hours for PT/APPT/Fibrinogen/D-dimer Peer review of QC -Cap piercing -Must Interface w/CHCS -Waste is self-contained (no drains) QC lockout (will not run patients if QC out or expired) -Reagent sequester (change lot numbers no more than once per year) DELIVERY SCHEDULE TO BE ATTACHED
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0014R9776/listing.html)
- Place of Performance
- Address: EISENHOWER ARMY MEDICAL CENTER BLDG 300 TAMMIS, EAST HOSPITAL ROAD FORT GORDON GA
- Zip Code: 30905-5000
- Zip Code: 30905-5000
- Record
- SN03461502-W 20140814/140813022045-b104aefc3d7af63d282a68eafe7f0dce (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 |