DOCUMENT
Q -- Seeking Hemoglobin A1c Analyzer System Sources for VISN 2 Downstate - Attachment
- Notice Date
- 5/18/2018
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218Q9182
- Response Due
- 5/23/2018
- Archive Date
- 7/22/2018
- Point of Contact
- Charles Collins
- E-Mail Address
-
s.Collins@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- ****Sources Sought information only**** Seeking Hemoglobin A1c Analyzer System Sources for VISN 2 Downstate This Sources Sought notice is posted for market research purposes ONLY. It is not a solicitation. The VA NY/NJ Veterans Integrated Service Network (VISN2) Downstate is seeking sources that can provide an integrated Hemoglobin A1c Analyzer System on a Cost-Per-Reportable-Result basis in order to develop the solicitation scheduled to be released later this year. Proposed requirements include: A fully automated analysis system that is capable of directing measuring total A1c Hemoglobin. Contractor shall supply all instrumentation, reagents, HPLC cartridges or columns, and calibrators needed to perform approximately 160,000 patient reportable results per year. The system must be certified by the National Glycohemoglobin Standardization Program (NGSP) and FDA approved. The coefficient of Variation (CV) must be less than 2.5% as defined by NGSP. System must have a bi-directional bar coded computer interface compatible with Data Innovations. The accuracy of the barcode reading must have a less than 1% failure rate. W7 compatibility and hardware and software functionality for direct network connectivity. Any connections from the analyzer back to the vendor will follow the Department of Veterans Affairs guidelines and has to be FIPS 140-2 and CRISP compliant. Customizable database management with inventory management and quality control storage by lot utilizing Levy-Jennings and Westgard rules. Software with user defined parameters to assist with auto verification. Vendor will perform method validation to include correlation study, sensitivity, precision, linearity, AMR, and carryover studies. The system must be able to support multiple barcode formats with a minimum of ten characters in the specimen identifier and have the ability to store and retransmit records in case of interface outage. Vendor shall supply the following at no additional cost: assayed quality control material, calibration material, linearity material every six months, printer and replacement printer if required, owner s manuals, all preventive maintenance, all software upgrades to instrumentation as they become available, all hardware component upgrades as they become available, and technical support Monday through Friday from 8:00 AM to 5:00 PM with emergency service response within twenty-four hours when required. All interested parties should provide the following information via through EBuy (or via email) to the Contracting Officer, Charles Collins by the stated deadline: Information about your applicable integrated Hemoglobin A1c Analyzer System Your Company information/ Data Sheet including DUNS# and Socio-Economic status (if applicable) Your Point of Contact information Response date (Deadline): May 23, 2018 Place of Performance: The following Veterans Health Administration of NY & NJ (VISN 2) Downstate Facilities Bronx, NY 10468; Brooklyn, NY 11209; Castle Point, NY 12511; East Orange, NJ 07018; New York, NY 10010; Northport, NY 11768 Point of Contact(s): No Phone Calls Please Charles Collins NCO2 Contracting Officer E-mail: Charles.Collins@va.gov Disclaimer: This Sources Sought Request For Information (RFI) notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9182/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9182 36C24218Q9182.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4317061&FileName=36C24218Q9182-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4317061&FileName=36C24218Q9182-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9182 36C24218Q9182.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4317061&FileName=36C24218Q9182-000.docx)
- Record
- SN04927757-W 20180520/180518230435-14d7d9e281774923e140772fb4ee5091 (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 |