DOCUMENT
66 -- CBC/Retic Cost per reportable test Laboratory Reagents Albuquerque, New Mexico VAHCS - Attachment
- Notice Date
- 8/5/2016
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
- ZIP Code
- 85014
- Solicitation Number
- VA25816N0748
- Response Due
- 8/12/2016
- Archive Date
- 9/11/2016
- Point of Contact
- Johanne Gingras
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE. This is not a request for quotes. A solicitation will be issued at a later date. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 18 - New Mexico VA Health Care System (NMVAHCS), 1501 San Pedro Drive SE, Albuquerque, NM, has a requirement for Cost-per-reportable for blood count and reticulocyte testing to include capability for Immature Granuloctye, Immature Platelet Fraction, Immature Reticulocyte Fraction, Reticulocyte Hemoglobin, NRBC, and optical platelet count technology or other enhanced platelet enumeration technology. The intent of the Pathology & Laboratory Medicine Service is to provide continuous, accurate, hematology testing for our patient population. Systems must provide technology that optimizes accurate results on aged specimens, (i.e. those at or near EDTA stability limits: minimum 24 hour at room temperature, minimum 48 hours refrigerated.) without excessive flagging. The desired proposal (analyzers, reagents, quality control materials, service and maintenance agreement, training and potential slide-maker stainer technology and accompanying reagent/instrument work table or cart) will be on a cost-per-reportable basis. Patient testing cannot be performed until validation testing is performed. The laboratory estimated annual test volumes are as follows: 102,500 CBC's, 650 Retics. The manual slide review rate is approximately 8%.The intent of the projected RFQ is a firm-fixed price 5-year contract to include the following locations: The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 18 - New Mexico VA Health Care System (NMVAHCS), 1501 San Pedro Drive SE, Albuquerque, NM. SCOPE: 1) The vendor shall provide the most current hematology platforms available, including the technology to link the analyzers to slide maker/stainers. Slide maker/stainer must have ability to stain slides that have been manually made, in addition to those created by the defined instrument rules. The laboratory receives peripheral smears made by outpatient clinic staff and must have the ability to stain these slides. 2) The vendor will provide the facility with Food and Drug Administration (FDA) approved analyzer/equipment, reagents, controls, calibration materials, disposables, and any consumable parts necessary for analyzing/testing on both the primary and back-up analyzers. 3) Primary and back-up equipment shall be provided. Both primary and back-up systems must be capable of performing and providing mirror image redundancy for all tests (i.e. same equipment back up). 4) The vendor shall provide/install any routine and special items required to operate/maintain the equipment/analyzer in optimal condition such as but not limited to: printers, UPS, surge suppressors, and drainage requirements. Also, include any engineering controls necessary to maintain proper operating temperature, minimizing impact of heat and humidity and minimizing noise levels. Appropriate table or cart that ensures efficient storage of reagents and peripheral equipment and accommodate moving of equipment for troubleshooting purposes, will be provided. Any items excluded by the vendor shall be delineated in their technical proposal. The cost of the excluded items shall be incorporated in the price proposal. EQUIPMENT FUNCTIONALITY: 1) All analyzers must have primary tube sampling capability and be able to sample from smaller tubes of various sizes (i.e. pediatric tubes). 2) The analyzers must have a comprehensive on-board QC Program. A peer group qc evaluation program must also be included in the CPR cost. 3) System shall have a design that removes the possibility of reagent or sample carryover. Carryover studies shall be performed, as applicable, as part of the initial evaluation of the instrument. Vendor shall provide interpretation of raw data for each instrument installed. Vendor shall also provide documented evidence confirming the system design removes the possibility of any reagent or sample carryover. 4) System shall have positive sample identification via barcode and rack/position identifiers to reduce possible sources of error/delay. 5) Equipment shall be able to store and retransmit records (24 hours of maximal instrument throughput) in case of interface downtime. 6) Interfacing requirements to be provided by the vendor: a)Instrument LIS physical connection and translation (drivers). Must be compatible with current lab interface (Data Innovations/Dawning). b)Any additional hardware and software needed to interface the analyzer and technical assistance with interfacing the analyzer. c)Delegated internet connection for vendor to utilize VPN for troubleshooting, calibration and monitoring of quality control. 7) Vendor shall list the reagents and calibrators that require any additional preparation prior to use such as warming/mixing/reconstitution. Lab has the capability to tie into the DI water system in the Hematology section. Therefore, if vendor has reagent options which enhance safety to employees via less lifting of reagents and improves storage, these options should be included. The applicable NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. Commercial contractors have a size standard of 1,000 employees. The resulting IDIQ contract will have fixed unit costs. All contract work will be completed through individual task orders awarded for individual orders through the contract duration. Each task order will be priced individually based on quantity usage. It is anticipated that a Request for Quote will be issued in August 2016. Award of a firm-fixed price IDIQ contract is contemplated by October 1, 2016. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Businesses (SB), or Large Businesses (LB) capable of performing the requirements to warrant full and open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of reagent orders; (3) intentions of subcontracting program to include set-asides; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; and (5) any other pertinent company documentation. The response date to this Sources Sought notice is August 12th, 2016 at 2:00 pm EST. This market research is for informational and planning purposes only to determine if full and open competition solicitation is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via johanne.gingras@va.gov. Hard copy submissions will not be acceptable through the US Mail. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25816N0748/listing.html)
- Document(s)
- Attachment
- File Name: VA258-16-N-0748 VA258-16-N-0748_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2926604&FileName=VA258-16-N-0748-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2926604&FileName=VA258-16-N-0748-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-16-N-0748 VA258-16-N-0748_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2926604&FileName=VA258-16-N-0748-000.docx)
- Place of Performance
- Address: New Mexico VA Health Care System;1501 San Pedro SE;Albuquerque, NM
- Zip Code: 87108
- Zip Code: 87108
- Record
- SN04211006-W 20160807/160805234144-df380753000d2143406cc2374d765cc8 (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 |