Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2015 FBO #5018
DOCUMENT

66 -- ESTIMATED COST PER SLIDE CONTRACT FOR AUTOMATED SPECIAL STAINER TESTING SUPPLIES - Attachment

Notice Date
8/18/2015
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 02;1304 Buckley Road;Suite C104;Syracuse NY 13212
 
ZIP Code
13212
 
Solicitation Number
VA52815N0338
 
Response Due
8/21/2015
 
Archive Date
10/20/2015
 
Point of Contact
Allison Dubin
 
E-Mail Address
25-4400
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. In preparation for a future procurement, the VA Medical Center Buffalo, is performing market research to gain knowledge of potential qualified sources and their size classification (service disabled veteran owned small business, veteran owned small business, hub zone, 8(a), small disadvantage business, woman-owned, small business, or large business) relative to NACIS 334516 (size standard 500 employees) that can offer a special stainer. The Government is seeking a system consisting of an instrumentation system, reagent test kits, quality control reagents, and training and technical support in a Cost-Per-Test (CPT) or Cost-Per-Slide (CPS) arrangement for a base year plus 4 (four) option years. Instrumentation needs: Special stain system instrument, Workstation monitor, Report printer, Service and warranty. On-site installation and training must be provided. Instrument Service: CPT/CPS must include unlimited on-site service and repairs 8 am to 5 pm Monday through Friday except observed holidays. Required preventative maintenance must also be included with all labor, travel, and parts included. 1.0 General Requirements: a. The Contractor shall provide all upgrades to the equipment hardware and operating systems software without additional charge to the government. These enhancements to the contractor's equipment shall be delivered to the government site and installed within thirty (30) days of their issuance or date of first commercial availability. b.Any equipment being offered as remanufactured state-of-the-art equipment must have been inspected and tested to "new machine" standards. The contractor shall furnish a certified copy of inspection and test reports. c.The offered equipment will be made available in the same condition of production (as newly manufactured and remanufactured state-of-the-art equipment) as offered for a period of at least one (1) year after the date of contract award. d.Offered equipment shall perform satisfactorily at any laboratory temperature between 50 and 90 degrees Fahrenheit (10 and 32 degree Celsius). e.Offered equipment shall perform satisfactorily at any laboratory relative humidity between 15 and 85 percent. f.An operator's manual shall be furnished with equipment supplied. 2.0 Schedule Of Supplies And Services Cost Per Slide (CPS): a.Special stain system instrument b.Workstation monitor c.Report printer d.Shipping and installation e.Service and warranty 3.0 Instrumentation Specifications: a.Ability to fully automate special staining process (walk away) b.Individual slide heating, eliminating the need to batch tests c.Separation of waste into hazardous, trace metal, alcohol and water soluble d.Minimum of 48 slide capacity e.Minimal maintenance f.Must include gram and alcian blue PAS g.Warthin Starry stain results within 15 minutes The cost per stain slide price shall include costs covering (a) equipment use; (b) all standards, controls and related products; (c) shipping of products; (d) all necessary maintenance to keep the equipment in good operating condition (this element includes both preventative maintenance and emergency repairs); and (e) training for government personnel. Contractor is to provide delivery, installation and repair of equipment at no additional charge. 4.0 Service and Maintenance: 4.1 General Provisions: a.The contractor shall provide maintenance (labor and parts) to keep the equipment in good operating condition and subject to security regulations. The government shall provide the contractor access to the equipment for service. b.Contractor will provide regular, scheduled maintenance to assure the continued reliable operation of the equipment. These preventative maintenance visits shall be of a frequency that conforms to the manufacture's operation and maintenance instructions for the supported equipment. However, intervals between scheduled maintenance services shall be the same as those provided to commercial customers for the same model of clinical laboratory equipment. c.User will perform daily routine maintenance and cleaning as required in the manufacture's operation and maintenance instructions. 4.2 Emergency Repair: a.Emergency repairs shall be performed after notification that the equipment is inoperative. The contractor shall provide the government with a designated point of contact and shall make arrangements to enable the maintenance representative to receive such notification. b.The contractor will perform emergency repair service within 24 hours of notification of the malfunction. All parts and labor needed to repair the malfunction will be provided by the contractor. Travel, per diem and other expenses associated with the repair will be borne by the contractor. c.The contractor shall furnish a malfunction incident report to the VA upon completion of each maintenance call. The report shall include as a minimum, the following: (1) date and time notified; (2) date and time of arrival; (3) serial number, type and model numbers of equipment; (4) time spent for repair; (5) description of malfunction and repair; (6) proof of repair that includes documentation of a sample run of quality control verifying acceptable performance. 4.3 Replacement of Laboratory Equipment: a.During the contract period, should the repair record of any contractor supplied equipment reflect a downtime of 10% or more of the normal working days in one calendar month, a determination will be made by the representative of the government to replace the initial equipment with new equipment. b.The responsibility for maintaining the furnished equipment in good condition shall be solely that of the contractor. c.The government agrees to maintain the equipment according to manufacture's specifications. d.the contractor shall remove the equipment at the expiration of the term of the arrangement unless the government opts to retain the equipment at a negotiated price. 5.0 Training: The contractor, without additional charge to the government, shall provide training for two operating personnel at the time of installation of the contractor's equipment. In addition, the contractor shall provide supplemental operating training to the government personnel without additional charge to the government upon installation of any upgrade in equipment, hardware or operating system software connected with the operation of an instrument already furnished. 6.0 Delivery: a. Products ordered by the VA Western New York Healthcare System (VA WNYHS) shall be delivered within seven (7) days after the contractor receives the order. b.The Contracting Officer's Technical Representative (COTR) shall be informed if products are not available for shipment due to shipping problems, etc. c.All products provided by the contractor will be of the highest quality ensuring sensitivity, specificity and tested to assure precision and accuracy. The quality of the products must be high enough to satisfy proficiency testing standards of the College of American Pathologists (CAP) and the Joint Commission Authority (JCA). 7.0 System Acceptance: The equipment shall be installed by the contractor at the designated VA address. The contractor will test the equipment (includes replacement, substitute and added or field modified) and confirm that it operates in accordance with the equipment specifications. The government will accept the equipment at time of confirmation. 8.0 Owernship Of Equipment: a.Title to equipment provided under this contract shall remain with the contractor. All accessories furnished by the contractor shall accompany the equipment when returned to the contractor. b.The contractor, upon expiration of order(s), replacement of equipment, or termination will remove equipment. the contractor will disconnect the equipment and will be responsible for all packing and shipping required to remove the equipment within seven (7) calendar days. 9.0 National Holidays: The Laboratory is not open on National Holidays Federal Holidays consist of: New Year's Day Martin Luther King's Birthday President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day 10.0 Designation Of Contract Officer Representation COR will be designated in writing. COR will be furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the Contracting Officer. Please email statements of capabilities to Allison Dubin no later than Friday, August 21st at 5:00PM Eastern time to Allison.Dubin2@va.gov. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis are not considered adequate responses to any future solicitation announcements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52815N0338/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-N-0338 VA528-15-N-0338.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2258720&FileName=VA528-15-N-0338-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2258720&FileName=VA528-15-N-0338-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03844244-W 20150820/150819000514-1d1cde3bf1dce6324c695e1f3aa69b11 (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.