Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2014 FBO #4681
DOCUMENT

Q -- Procurement of Blood Components (508-15-1-2065-0001) - Attachment

Notice Date
9/16/2014
 
Notice Type
Attachment
 
NAICS
621991 — Blood and Organ Banks
 
Contracting Office
Department of Veterans Affairs;Atlanta VA Medical Center;1670 Clairmont Road;Decatur GA 30033
 
ZIP Code
30033
 
Solicitation Number
VA24714Q1660
 
Response Due
9/23/2014
 
Archive Date
10/13/2014
 
Point of Contact
Wallace Edmondson
 
E-Mail Address
a
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK A.GENERAL INFORMATION 1.Title of Project: Procurement of Platelets, Fresh Frozen Plasma, and Pre-Pooled Cryoprecipitate. 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Contractor located at 4891 Ashford Dunwoody Road, Atlanta, GA 30338 shall deliver the following items to the Department of Veterans Affairs (VA) Medical Center Blood Bank Department located in Room 2B-168 at 1670 Clairmont Road, Decatur, GA 30033 in shipping containers that have been validated and meet Food and Drug Administration (FDA) and American Association of Blood Banks (AABB) temperature requirements in such quantities and at such times as may be required to support the hospital's transfusion needs: a.Approximately 400 units of Fresh Frozen Plasma b.Approximately 30 units of Apheresis Platelets c.Approximately 10 Pre-pooled Cryoprecipitate The exact number of products required will be predicated on transfusion requirements of Oncology, Surgery, Intensive Care, and the general wards. 3. Period of Performance: Base: 1 October 2014 through 30 September 2015 and 2 Option Years. 4. Type of Contract: Firm-Fixed-Price B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting, or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1.Contractor will supply all necessary containers for. These containers shall be validated by the vendor to ensure proper transport temperature is maintained per Food and Drug Administration (FDA) and American Association of Blood Banks (AABB) requirements. 2.Contractor may limit shipments whenever blood shortages preclude them from providing the requested volumes, and VAMC Atlanta may at times make adjustments to the number of units being requested. 3.All blood components shall be tested for Hepatitis B, Hepatitis C, Human Immunodeficiency Virus 1 and 2, Human T-cell Lymphotropic Viruses, Type 1 and 2, West Nile Virus, all species of bacteria, syphilis, and T. cruzi as required by the Food and Drug Administration (FDA) and the American Association of Blood Banks (AABB) and found lacking these markers and acceptable for patients at the VAMC Atlanta, GA. 4.It is the responsibility of the contractor's personnel to park in the appropriate designated parking areas. Parking information and building entry shall be coordinated with each facility COR. 5.The Atlanta VAMC does not validate parking nor is the facility responsible for parking violations. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. The vendor shall provide the aforementioned blood components on an as needed basis beginning 1 October 2014. E. SCHEDULE FOR DELIVERABLES 1. The vendor shall provide blood components on an as needed schedule beginning 1 October 2014 and will work in conjunction with the COR to determine the delivery dates that best support VAMC Atlanta's transfusion demands. 2. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to contact Blood Bank personnel with information pertaining to the delay. If appropriate, the vendor will explain the circumstances surrounding the delay in writing to the CO, including a firm commitment of when the work shall be completed. F. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. G. TRAVEL [If applicable] Non-applicable H. GOVERNMENT RESPONSIBILITIES [If applicable] The government will ensure payment of properly prepared invoices on a monthly basis. Payments will be made in arrears. I. CONTRACTOR EXPERIENCE REQUIREMENTS Non-applicable J. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. K. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Representatives and delivery personnel will not require access to VAMC Atlanta's computer systems or patient information to carry out the tasks outlined in this Statement of Work. Representatives/delivery personnel may however work in the vicinity of patient reports and will be escorted and monitored by Laboratory technologists throughout the entirety of their visit. L.SALIENT CHARACTERSITICS All blood components shall be tested for Hepatitis B, Hepatitis C, Human Immunodeficiency Virus 1 and 2, Human T-cell Lymphotropic Viruses, Type 1 and 2, West Nile Virus, all species of bacteria, syphilis, and T. cruzi as required by the Food and Drug Administration (FDA) and the American Association of Blood Banks (AABB) and found lacking these markers. Transport containers must be validated by the vendor and shown capable of maintaining proper shipping temperatures of 20 to 24 degrees C for platelets and -18 degrees C or colder for frozen components. M. DESCRIPTION and COSTS ITEM DESCRIPTIONPRODUCT CODEUNIT OF ISSUEESTIMATED UNIT COST 1. Fresh Frozen PlasmaN/AEA 2. Apheresis PlateletsN/AEA 3. Pre-Pooled CryoprecipitateN/AEA N. REQUIRED APPENDEX:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/VA24714Q1660/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-14-Q-1660 VA247-14-Q-1660.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1635184&FileName=VA247-14-Q-1660-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1635184&FileName=VA247-14-Q-1660-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Atlanta VA Medical Center;1670 Clairmont Road;Decatur, GA
Zip Code: 30033-6137
 
Record
SN03514608-W 20140918/140917000831-d2b75296ba04003b15c685f111488fd6 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.