Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2017 FBO #5784
DOCUMENT

66 -- Chemistry/Immunochemistry Integrated Platform Analyzer(s); Automation Line and Modules - Attachment

Notice Date
9/22/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24917N1138
 
Response Due
9/27/2017
 
Archive Date
10/27/2017
 
Point of Contact
Lori L Ellis
 
E-Mail Address
llis2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of VISN 9 is conducting market research through this sources sought notice to seek sources to identify potential experienced businesses that are capable of meeting the requirements per the Statement of Work (SOW) below. The North American Industry Classification System (NAICS) Code for this acquisition is 334516 and on GSA Schedule 66 III 605-6A. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation, and it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise thus from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time, no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. The Government is particularly interested in identifying Service Disabled Veteran Owned Small Business (SDVOSB)/Veteran Owned-Small Business (VOSB) and their capability. The Government is seeking potential sources to provide Chemistry/Immunochemistry Integrated Platform Analyzer(s): Automation Line and Modules for the VISN 9 Facilities. This notice is to assist the VA in determining sources only. This is not a solicitation for proposals or quotes. A solicitation will be issued later and time. All information submitted in response to this source sought notice is considered voluntary. CCR: Interested parties should register in the SAM as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov. DESCRIPTION/SPECIFICATION/STATEMENT OF WORK Chemistry/Immunochemistry Integrated Platform Analyzer(s); Automation Line and Modules The offeror shall furnish a Chemistry/Immunochemistry Integrated Platform Analyzer(s) equipment (automation line and modules as required) including: (a) consumable supplies, standards, controls, reagents and disposables; (b) installation; (c) emergency repair service and preventive maintenance; (d) computer interface; and (e) operator training for Government personnel to the following locations: Hospital sites: Lexington VA Medical Center, 1101 Veterans Dr., Lexington, KY 40502 Robley Rex VA Medical Center, 800 Zorn Ave., Louisville, KY 40206 Memphis VA Medical Center, 1030 Jefferson Ave., Memphis, TN 38104 James H. Quillen VA Medical Center, Sidney at Lamont St., Mountain Home, TN 37684 TVHS, Murfreesboro VA Medical Center, 3400 Lebanon Pike, Murfreesboro, TN 37129 TVHS Nashville VA Medical Center, 1310 24th Ave., South, Nashville, TN 37212 Outpatient clinic sites: Chattanooga VA Outpatient Clinic, 150 Debra Rd., Bldg. 6200, Suite 5200, Chattanooga, TN 37411 William C. Tallent Outpatient Clinic, 8033 Ray Mears Blvd., Knoxville, TN 37919 Pursuant to Federal Supply Schedule (FSS) and FSS Contract Clause 1-FSS-646, it is the intent of the Department of Veterans Affairs (herein afterwards referred to as VISN 9 to establish a Blanket Purchase Agreement (BPA) for Automated Chemistry/Immunochemistry Integrated Platform Analyzer(s) as itemized in the test list or all analyzers must be on an automation line. The BPA shall be under the FSS Contract, Federal Supply Class (FSC) Group 66 III Cost per Test (CPT)/Cost Per Reportable Result (CPRR), Clinical Laboratory Analyzers. The Government intent is to award a CPRR BPA to a single Contractor for Automated Chemistry/Immunochemistry instrumentation, but reserves the right to issue multiple awards. Contractor agrees to the following terms of the BPA exclusively with the VISN facilities listed by Attachment/herein and awarded in the final BPA. However, as requirements change, facilities within VISN 9 may be added or deleted by supplemental agreement of the Government and the Contractor. Additional tests/reagents/instrumentation may be added to the BPA as new technology becomes available on the market and added to the base FSS contract. All products ordered under this BPA, placed against the Federal Supply Schedule Award Contract(s), are subject to the terms and conditions of the FSS contract. This BPA does not obligate any funds. The Government is obligated only to the extent of authorized orders actually issued under the BPA by authorized individuals. The participating facilities may order products via Electronic Data Interchange (EDI), telephone, facsimile or other written communication, identifying the products by number, quantity, purchase price, address for delivery and any special instructions. Delivery Orders issued shall be identified by their applicable FSS Contract Number and BPA Number. FSS & BPA identification numbers are assigned through the VHA Procurement Activity. Contract pricing must be based on cost per reportable patient results. Each contractor must submit their definition of cost per reportable and exactly what is included in each pricing. Each contractor must provide a listing by part s number, what items are included in the cost per reportable patient results. Each contractor must provide a listing by part s number and cost of what items are NOT included in the cost per reportable patient result. The offeror s proposed prices shall be divided into Five (5) parts containing the same line items in each part. The parts represent the following: PART I: Base Year Jan 1, 2018 through Dec 31, 2018 PART II: 1st Option Year Jan 1, 2019 through Dec. 31, 2019 PART III: 2nd Option Year Jan 1, 2020 through Dec 31, 2020 PART IV: 3rd Option Year Jan 1, 2021 through Dec 31, 2021 PART V: 4th Option Year Jan 1, 2022 through Dec 31, 2022 This will be a single award, firm-fixed price BPA with one base year and four one year options and shall be effective for the term of the FSS Contract including additional FSS extensions. The Contractor is required to immediately notify the Government Contracting Officer (CO), in writing, if at any time the FSS contract upon which this BPA is based, is no longer in force. The resulting BPA shall be automatically extended for the remaining term of the BPA without modification upon any extensions of the Contractor s FSS contract. In addition, where a new FSS contract replaces the Contractor s current FSS contract, the resulting BPA may be reassigned under the new FSS contract for the remaining term of the BPA with written agreement between Contractor and the Contracting Officer. This BPA is not a contract. If the Contractor fails to perform in a manner satisfactory to the CO, this BPA may be canceled with thirty (30) days written notice to the Contractor by the CO. The Contractor shall also reserve the right to terminate this contract with 30 days notification to the CO. GENERAL REQUIREMENTS 1. By signing the offer, the offeror is certifying that the equipment will regularly function without excessive malfunctions, breakdowns, or service calls. A high incidence of such problems with any equipment/model supplied may indicate probable non-compliance with the terms of a resultant BPA and will entitle the Government to its replacement with other model(s) that can produce the required minimum number of sample results per hour in a manner that is satisfactory to the medical facilities and outpatient clinics user. 2. The offeror shall provide new state-of-the-art equipment. 3. The offeror shall provide all upgrades to the equipment hardware and operating system software, without additional charge to the Government (e.g. upgrades that corrects either a mechanical or software deficiency of the system). These enhancements to the offeror s equipment shall be delivered to the Government site and installed within sixty (60) days of their issuance or date of first commercial availability. Any upgrade that is supplemental and retrofitted to the initial contracted features of the model (e.g. connection with another piece of equipment, new specimen tracking system, new module that adds new tests and/or different methodologies to their instrument, expansion of their reagent storage capabilities etc.) AND is being marketed to their commercial customer at a cost, would not be included in the contracted cost of the equipment. 4. The model(s) being offered are in current production as of the date this offer is submitted. For purposes of this solicitation, "current production" shall mean that the clinical laboratory analyzer(s) model is being manufactured as new equipment. Discontinued models that are only being made available as remanufactured equipment are not acceptable. IA. SPECIFIC REQUIREMENTS Offeror s model of a Chemistry/Immunochemistry Integrated Platform Analyzer(s) and automation line modules offered under this RFP shall comply with all technical specifications herein. The offered analyzer(s) software shall have the immediate capability to interface with the Veterans Health Information Systems and Technology Architecture (VistA) (VA laboratory information system) and the Cerner system without using commercial software packages. The term Integrated Platform is to be defined as a single instrument capable of doing both general chemistry and immunoassays as itemized in the test list or all analyzers must be on an automation line. VISN 9 plans to award one contract for both hospital and clinic analyzer(s). Clinic analyzer(s) are only required to perform the Required Test listed on Attachment A for their facility. The clinics may not require an Integrated Platform based on your test menu and may only need a Chemistry Analyzer(s). However, identical technology must be standardized throughout VISN 9. Each offeror must submit a clear, concise, and unequivocal response along with any supporting technical data (all must be alphabetical by assay) to ascertain that the equipment and services offered meet the required technical specifications outline below. The narrative response to each requirement should be self-contained and no more than 500 words. You must type the technical specification and immediately provide your response below the technical specification. If a table is requested, it will be immediately below the typed technical specification. If not completed in this format, you will be considered unacceptable and will not remain in the competitive range. The Evaluation Group will not hunt for answers nor will they be referred to additional documents or brochures. 1. Offered single instrument integrated system or all analyzers must be on an automation line and must perform all tests on the Required Test listed in ATTACHMENT A or support annotated (* Manufactured by Vendor or User-Defined) user defined tests not offered by the vendor. 2 Operational software, hardware, reagents and consumables must be comparable between large and small modules with identical methodologies. 3. Continuous random access capability. 4. Efficient, intuitive software and user interface that is simple and clear optimized monitoring of performance and minimizes the opportunity for error. Provide workstation separate from the analyzer CPU that allows for monitoring performance, access and reviewing of QC data, as well as manipulating ranges, standard deviations, targets, etc. 5. Accommodation of varying sample tube sizes and micro-cups. 6. Design that removes possibility of sample or reagent carryover through use of disposable tips or through technology that removes the possibility of sample or reagent carryover. Vendor provides materials, performs, and documents required carryover studies semi-annually. 7. Instrument offers walk-away testing. 8. The instrument(s) needed to perform the specified testing shall require low daily, weekly, monthly, semi-annual and annual preventive maintenance as compared to similar platforms. It should not be necessary to turn the machine off to perform maintenance. The manufacturer must provide documentation of the average time required for maintenance of the instrument(s) needed to support the test menu and any proposed automation lines. The manufacturer must specify the hands-on and the automated time per maintenance event. Instrument management system includes instrument maintenance information. Vendor must provide the amount of necessary down time (amount of time the platform will not be available for testing) for each maintenance event. 9. Ease of calibration and calibration curves must be stable for an extended period of time. Vendor must provide chart of calibration frequency for each test as well as the amount of time required for each calibration. Preferred no daily calibration required for tests other than electrolytes. Vendor will provide list of the interval between calibration in median number of days. 10. Ability to perform stat testing and calibration curves during routine runs, without delay in workflow or analyses that are already in progress, with minimal operative intervention. 11. Instrument must be capable of performing a multipoint calibration. Vendor must provide a list of all tests and the number of calibrators for each and what range the calibrators are. 12. Ability to store, print and retrieve multi-calibration curves. 13. Barcode capabilities for reagents and calibrators. Reagents and calibrators must be labeled with details of contents and expiration date. 14. A bi-directional, bar-coded computer interface compatible with the current VA laboratory information system(s). The fully operational interface (both hardware and software) shall be immediately available for implementation to the VA computerized hospital information system. Equipment must be able to support multiple barcode formats (Code39, Code 128, Codabar, Cerner and VistA VA laboratory information system) that may be enabled concurrently with a reading accuracy rate of 99% or greater. Equipment must accept, at a minimum, 20 characters in specimen identifier that is alpha and numeric concurrently that may be enabled concurrently. 15. For each machine, there should be the capability to hold a sufficient number of reagents on board to adequately support a large test menu (see required tests). The reagents for each test should be available in different reagent pack sizes to support efficient use for low volume and high volume tests and without need to load reagents more than once per day. Reagents should have sufficient on-board stability to accommodate high and low volume test use. 16. Minimal reagent and calibrator preparation, absent the need for mixing or dilution of reagents. Whenever materials require dilution, all components must be premeasured to eliminate the need to use precision pipetting. Vendor will be required to provide a list of reagents that need preparation prior to use. 17. Vendor must provide table for on-board reagent and calibrator stability and will be listed in alphabetical order as in the Test Menu in Attachment A. 18. Reagents and supplies should require minimal storage space as compared to other platforms. 19. Analyzer(s) must allow multiple lots of reagents on-board with automatic user mediated lot-switching capabilities. 20. Analytical system is required to provide real time reagent level sensing and provide notification system for low reagent levels. 21. On-board continuous reagent inventory, including lot numbers, expiration dates, number of remaining tests per analyte. 22. High test throughput/hour. Hospital analyzer(s) must perform a minimum of 900 tests/hour. Clinic analyzer(s) must perform a minimum of 350 tests/hour. 23. Model must be available to meet the needs of each hospital and clinic facility based upon the appropriate diagnostic capabilities required. 24. Ability to analyze serum, plasma, urine and body fluids using minimal sample volume. Vendor will provide a list of assays in which the patient sample requires pretreatment. 25. Positive sample ID combined with bar-coded bi-directional host query or automatic download/upload capabilities and LIS interfacing for primary and backup equipment through DATA Innovations, Dawning and the Cerner software package. The vendor provides additional hardware and software needed to interface the analyzer(s). Required (additional) interface connection license (s) will be provided at vendor cost. The vendor has to provide software that supports autoverification and reflex testing. Any software upgrades of the interface, instrument or analysis of the data must be provided over the life of the contract at no extra cost to the government. 26. Up to date computer technology for database, printer and CRT. Each site must agree that the printer provided will meet their needs as required to support their testing volumes and to meet their required turnaround times. Printer replacement parts will be provided at no extra charge. If the printer must be sent off for repairs, a replacement printer must be provided so patient care is not compromised. The vendor will absorb all costs for shipping and repairing the printer. 27. Interference detection for hemolysis, lipemia, icterus or technology to assess interferences for all assays with minimal prolongation of the analysis time (less than 5 seconds). 28. Comprehensive on-board, and remote QC package: a. QC files may be edited or corrected for errors manually with password protection. b. Ability to view and print daily and monthly QC results. c. Ability to view and print Levey Jennings graphs. d. On-line documentation of out of range QC. e. System of QC rules built in. f. Availability of peer group quality control program and electronically transfer QC data to support another QC monitoring program (e.g. BioRad Unity Real Time). g. Capability to detect and alert operator of out of range quality control results via flagged results on QC printout and visual alerts on display monitor. Ability to store and retransmit records (24 hours of maximal instrument throughput) in case of interface outage. Vendor must provide a list of all tests that require controls to be run more than once per 24 hours. h. Supports and allows connection with CAP, directly or indirectly, for submission of proficiency testing values. i. Compiles data running and weighted patient averages. 29. Auto dilution for samples when defined limits are exceeded, calibrators and reflex testing. 30. Capability to detect and alert operators of clots in specimen and to detect short samples. 31. For proposed equipment, the offeror should supply a list of all user defined open channel tests that are manufacturer (offeror) validated or supported in any way (i.e. reagent packaging and ordering, troubleshooting, validation studies, etc.) and all types of support that is provided for the test(s). Provide in table format. 32. Instrument capable of being added to automation line. The level of automation can be anything from front-end automation to a complete automation system. Provide a listing of compatible automation system(s) for your analyzer(s) and what software the automation system is dependent upon. 33. Ease of operation and training of personnel. (Level of expertise required to master instrument(s). 34. Patient result printouts to include patient demographics, out of range flags and the ability to include the reference ranges. 35. Manufacturer will provide each facility lots for reagents and controls that have a minimal 90 days expiration date. 36. Sample volume should not exceed 200 microliters for an assay. 37. Software capabilities to flag critical values and to allow the user to customize reflex testing (i.e. confirmation of critical values). 38. Provide and maintain uninterrupted power supply and surge protector with instrument(s) and automation line (as applicable) at all VISN 9 facilities throughout the life of the contract at no additional cost to the government. 39. Liquid level sample sensing (on-line monitoring). 40. The Contractor must provider each facility notifications electronically, within 24 hours after date of product or system notifications to facility Point of Contact. 41. Reagent system will be in a temperature and humidity controlled environment within the instrument and not subject to reasonable variations in room temperature and humidity. Each vendor should provide data on a single table as to the amount of heat produced by each analyzer relative to peak usage; and the amount of electricity and water used by each analyzer relative to peak usage; and the amount of waste produced by each analyzer relative to peak usage. In addition, the vendor provide all the above for the entire platform proposed for each facility relative to peak usage. 42. On-board troubleshooting guide. Ability to monitor instrument performance. Continuous monitoring of vital instrument functions with immediate operator notification of failure(s). A record(s) of the vital instrument function failure(s) must be maintained and stored electronically on-board the equipment. Technology to electronically transmit instrument function checks and maintenance information to vendor for troubleshooting and analysis. Vendor pursues and obtains approval of all software updates on a VISN and medical center level as appropriate. 43. Method validation must be completed in accordance with the latest version of the CLSI document for each test to be instituted at each VISN 9 facility. This will be at the expense of the vendor and will include all supplies and statistical manipulations. All studies performed will be appropriate for the test menu of the respective laboratory to include serum, plasma, urine and body fluids as applicable. A minimum of 40 normal and abnormal samples must be compared including at least 20 normal that span the reportable range must be run, with exceptions determined by the facility. If the instrument-reagent system is new to the laboratory, the manufacturer reference range appropriate to the patient population must be validated or determined. The reportable range and linearity will be validated with values near the low, mid and high of the measurable range. Precision studies will be performed on at least 10 normal and 10 abnormal controls. Vendor will describe how and to what extent they will provide samples for correlation studies that meet minimum CLSI requirements pursuant to the policies for each test at each facility; understanding that some tests require broader correlation beyond CLSI standards. 44. A service agreement will be included as part of the Cost per Reportable Result. This service must be available during regular business hours on a 6 day/week basis for the clinics. This service must be available during regular business hours on a 7 day/week basis for the hospitals. Regardless of the service agreement at any of the VISN 9 facilities if all analyzer(s) are inoperable, emergency service will be provided at no charge to the government on a 24 hrs./day 7 day/week basis for the hospital facilities and during regular business hours on a 6 day/week basis for the clinic facilities. The offeror will provide all parts and labor needed to repair the malfunction. Travel, per diem and other expenses associated with the repair will be borne by the offeror. Equipment relocation and possible reinstallation should the equipment need to be moved due to construction or laboratory redesign at no additional cost for one (1) relocation within each site. 45. Operator technical support service with troubleshooting and repair of the analyzer(s) must be provided on a 24 hrs./day 7 day/week basis for the hospitals and during regular business hours on a 6 day/week basis for the clinics. 46. The contractor, without additional charge to the government, shall provide in depth, off-station technical training for key operator technologists (2 per instrument, per hospital and 1 per instrument, per clinic) during the Base Year of the contract. For Option Year 1-4, the Contractor, without additional charge to the government, shall provide in depth, off-station technical training for one staff member per year. Off-station technical training will include transportation, hotel and classroom instruction. 47. Standardized on-site technical training for all technologists with regard to routine operations and maintenance of instrumentation will be provided at no extra cost to the government. Training must be provided by the contractor for all tours of duty and conducted in small groups to provide hands-on experience. The contractor will provide competency assessment protocols for use at each site and be consistent with federal regulations and current CAP standards. On-site technical training must be provided during the first two months of installation. Additional on-site technical training must be provided quarterly per year for new employee training and/or refresher training for existing employees. In addition, the contractor shall provide supplemental operating training to above government personnel, without additional charge to the government, upon installation of an upgrade in equipment hardware or operating system software connected with the operation of an instrument already furnished. 48. Contractor will include at least two annual preventive maintenances (PM) and provide all replacement parts at no charge to the government. High wear and tear components such as syringes, probes, needles, tubing, etc. will be replaced by contractor on a regular basis at no additional charge to the government and these necessary replacements may or may not coincide with scheduled preventive maintenances. 49. Contractor shall establish an efficient supply delivery system so as not to delay or interrupt contracted facilities testing processes. A system must be developed to allow contracted facilities to obtain supplies in an emergency situation. Contractor will pay all routine shipping fees for supplies, consumables and equipment needed to perform all testing as awarded by the BPA. The government will not be charged for early release of shipment of supplies and consumables. 50. Troponin assay (and hs Troponin assay if available) has a low % CV at the 99th percentile. Creatinine assay is IDMS traceable. 51. Model specific procedures in Microsoft Word format for each assay utilized will be provided to each VISN 9 facility before machines are put into use. 52. The instrument for the William C. Tallent VA Outpatient Clinic can be no larger than 8.5 feet long by 4.5 feet wide. 53. An identical back-up must be provided for Parathyroid Hormone, Intact (for intraoperative PTH testing). 54. Ability to implement autoverification rules using Data Innovations. 55. Vendor is required to provide a table of the Analytic Measurement Range (AMR) for all tests listed in Attachment A. 56. Two identical chemistry analyzers for the Chattanooga Outpatient Clinic, which can be no larger than 13 feet long by 6.5 feet from the wall. IB. PRIMARY PROCESSING AUTOMATION LINE INSTRUMENTATION The CPRR will include all analyzer(s) and the automation modules plus the (a) consumable supplies, standards, controls, reagents and disposables; (b) installation (c) emergency repair service and preventive maintenance (d) computer interface; and (e) operator training for Government personnel at the VISN 9 facilities. Chemistry/Immunochemistry automation line instrumentation may be comprised of the following modules: specimen management system, centrifuge, decapper, recapper/sealer, aliquoter, and refrigerated storage which is connected with an automated track or line according to requirements of each respective laboratory. The Processing Automation Line instrumentation should have the following: Sufficient capacity and throughput to meet the volume and service demands as defined in Attachment A. Specimen management system to manage and track sample progress and position. Specimen archival system that maps specimens to racks or refrigerated storage for easy retrieval once moved from the automation line. (Specimen Management System) The ability, based on test requests, to sort specimens. (Line/Track System/Specimen Management System). The ability to connect by a line or track system all primary testing analyzers offered in accordance with Attachment A (Line/Track System). The ability to send processed specimens by means of a tracking system to the proper testing instrumentation to maximize efficiency and to maintain and standardize turnaround times of results. (Line/Track System/Specimen Management System The ability to prioritize STAT specimens. (Specimen Management System) Minimal operator intervention when introducing a STAT specimen or when changing a routine specimen to a STAT specimen. (Specimen Management System) The ability to detect processing errors and provide error notification. (Specimen Management System) The ability to separate the serum/plasma from the blood cells through the process of centrifugation. (Centrifuge) The ability to remove the collection caps from a variety of types and sizes of blood collection tubes. (Decapper) The ability to replace and/or reseal a variety of types and sizes of blood collection tubes. (Recapper/Resealer) The ability to remove a volume of serum/plasma and move into another specimen tube. (Aliquoter) The flexibility to automatically aliquot specimens post-analytically. The ability to maintain and store specimens from 2-8 degrees centrifuge. (Refrigerated Storage) Barcoding stations located at key points along the line or track system must have the following capabilities: A barcode reading accuracy rate of 99% or greater for any component that requires barcode reading. Equipment must be able to support multiple barcode formats (Code 39, Code 128 Codabar, Cerner and VistA laboratory information system) that may be enabled concurrently. Equipment must accept, at a minimum, 20 characters in specimen identifier that is alpha and numeric concurrently. IC. ANALYZER(S) AND AUTOMATION LINE MODULES REQUIRED BY VISN 9 FACILITIES All Vendors must bid the following for each VISN 9 facility. Lexington VA Medical Center, Lexington, KY Two complete and identical chemistry and immunochemistry platforms Automation line to include: Input/Output module which includes a specimen sorter and tracker On-line Centrifuge Decapper Resealer/Recapper Post Analytical Refrigerated Storage Module Robley Rex VA Medical Center, Louisville, KY Two complete and identical chemistry and immunochemistry platforms Automation line to include: Front end automation; specimen sorter and tracker Two centrifuges Decapper Tube sealer/Desealer Post Analytical Refrigerated Storage Module Input/Output module Three output points for specimen pick up or attachment to other lines supported by any vendor Memphis VA Medical Center, Memphis,TN Two mirror image integrated systems. Each of the systems would consist of: Input/Output Module to contain the following: A sorter An aliquoter with ability to bar code the daughter tubes A decapping device A re-capping/resealing/de-sealing device A device for assessment of specimen quantity and quality (e.g. level sensor or scale for weight determination; detection of icterus, hemolysis, lipemia; detection of fibrin strands/clots Although items ii and iii can be part of this analytical platform, Memphis would prefer if they were part of the pre-analytical component so that the impaired specimens would not reach the analytical platform but could be removed for possible remediation or discard. Serum/Plasma Separation Module to contain Two (2) on-line centrifuges An Analytical Module to consist of: An integrated immunoassay/chemistry analyzer. Both the assay and immunoassay components could be in one instrument (homogeneous system) or there could be separate analyzers for chemistry and immunoassay (heterogeneous system). A Post-Analytical Module to consist of A post-analytical refrigerated storage unit. All the above modules must be connected to each other via a track system or functional equivalent. There must be multiple bar code readers along the track system to monitor the location of the specimen. A minimum of three (3) output points for specimen removal of connection to the analytical platforms from the same or different manufacturers. James H. Quillen VA Medical Center, Mountain Home, TN Two complete and identical chemistry and immunochemistry platforms Automation line to include: Input/Output module Decapper Two Centrifuges Recapper Sorter/Archiver Middleware required to run the automation line TVHS Murfreesboro VA Medical Center, Murfreesboro, TN Two complete and identical chemistry and immunochemistry platforms TVHS Nashville VA Medical Center, Nashville, TN Two complete and identical chemistry and immunochemistry platforms Automation line to include: Input/Output module Centrifuge Decapper Aliquotor Resealer/Recapper Tube Sealer/Desealer Post Analytical Refrigerated Storage Module Chattanooga VA Outpatient Clinic, Chattanooga, TN Two identical chemistry analyzers that will fit in a space 13 feet long by 6.5 feet from the wall. William C. Tallent VA Outpatient Clinic, Knoxville, TN One chemistry analyzer that will fit in a space no larger than 8.5 feet long by 4.5 feet wide. Water system All accessory parts (e.g. computer, printer) II. INVENTORY CONTROL REAGENTS, SUPPLIES AND DISPOSABLES All consumable supplies (reagents, standards, control, disposables, etc.) required for the proper operation of the analyzer(s) and necessary to perform tests on the analyzer(s) provided shall be included, and shall be furnished by the offeror for the analyzer(s) offered. On Government provided space, the offeror will ship as well as insure that there is a sufficiently stocked inventory of reagents, standards, controls, supplies, disposables and any other material required to properly perform tests on the offered analyzer(s). The offeror may allow the Government facility to place an order based on their expected inventory needs as indicated in their delivery order and or based upon adjustments made during quarterly reconciliations. These items 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 (JC). A. DELIVERY OF SUPPLIES Jointly the offeror and each facility will insure that each site is furnished with sufficient consumable supplies to produce a volume of tests equal to that stated in the separate delivery issued for each hospital and clinic. This is to include sufficient consumables/supplies to include troubleshooting and instrument repairs. B. SPECIAL HANDLING FOR EMERGENCY ORDERS OF SUPPLIES In the event that the consumables are found to be defective and unsuitable for use with the offeror's equipment, or the offeor has failed to comply with the requirements for routine supply delivery, the offeror shall deliver the consumable supplies within a period of twenty- four (24) hours after receipt of the verbal order for priority delivery from the Government activity. If either circumstance has occurred, the offeror will deliver to the Government site, in the most expeditious manner possible, without additional cost to the Government, the necessary consumables in sufficient quantity as required to allow operation of the offeror's equipment for one week (under normal Government test load volume). If additional requests for emergency supply delivery are required by the Government, they will be honored by the offeror until the arrival at the Government site of the monthly standing order/routine supplies delivery. Failure to reserve adequate inventory may result in default. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Lori.Ellis2@va.gov no later than September 27, 2017 at 10:00 AM, Central Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: a. HuBZone Small Business ; b. Service-Disabled Veteran Owned Small Business (SDVOSB); c. Veteran Owned Small Business (VOSB); d Small Business; e. Large Business 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSB/VOSB status, provide documentation that shows the business is VetBiz certified. d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 334516.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917N1138/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-17-N-1138 VA249-17-N-1138.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3811183&FileName=VA249-17-N-1138-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3811183&FileName=VA249-17-N-1138-000.docx

 
File Name: VA249-17-N-1138 Attachment 1 Tests and Volumns Annual.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3811184&FileName=VA249-17-N-1138-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3811184&FileName=VA249-17-N-1138-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04691652-W 20170924/170922232158-7cd802f454ad75c314c3b08725bf6a0c (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.