Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2018 FBO #6067
DOCUMENT

65 -- Alere Triage BNP Reagents - Attachment

Notice Date
7/2/2018
 
Notice Type
Attachment
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
00504;Department of Veterans Affairs;Contracting Section;7201 I-40 West Suite 100;Amarillo TX 79106
 
ZIP Code
79106
 
Solicitation Number
36C25718Q9658
 
Response Due
7/12/2018
 
Archive Date
9/10/2018
 
Point of Contact
Robyn Nussbaum
 
Small Business Set-Aside
N/A
 
Description
The Amarillo VA Health Care System (AVAHCS), on behalf of the South Texas VA Health Care System (STVAHCS) located in San Antonio, Texas is seeking Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), and other small business sources capable of meeting the requirement listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12. NOTE: TO QUALIFY SDVOSB AND VOSB VENDORS MUST BE CERTIFIED IN THE VA VENDOR INFORMATION PAGES (VIP) DATABASE. The North American Industry Classification System (NAICS) is 325412. Any SDVOSB, VOSB, or small business firms who wish to identify their interests and capability to provide this product must provide product specifications, performance and delivery information by notifying the Contract Specialist no later than NOON PM Central Time, July 12, 2018. Notification shall be e-mailed to Robyn Nussbaum, at robyn.nussbaum@va.gov. Any vendor who responds to this Notice must provide credentials to provide Alere Triage BNP Reagents as outlined in the below scope. DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Notice that is marked as proprietary will be handled accordingly. In accordance with the Federal Acquisition Regulation, 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 Notice. Scope Contractor will provide the following: Alere Triage BNP Reagents, A1C Cellular Linearity, SAS HCG Stat reagents/supplies. In addition, the contractor will also provide iSed test cards for the fully automated sedimentation rate instrumentation for the Core Laboratory of Pathology & Laboratory Medicine Service at Audie L. Murphy VA Hospital. Due to the in-depth validation required for the BNP, A1C, SAS HCG and iSed testing, it is imperative that we utilize the proposed reagents. No other types of substitute or third-party reagents will fit the need of the STVHCS for the reasons notated. The Alere BNP test is the only BNP test approved by the FDA that will run on our Beckman Coulter Immunochemistry Analyzers. The BNP test is used by physicians to diagnose Congestive Heart Disease (CHD), make treatment decisions and monitor patients. The Alere BNP Reagents are the only reagents that can be utilized on the Beckman Coulter Analyzers which are used by the Pathology and Laboratory Medicine department. The A1C-Cellulr Linearity reagents are used to evaluate accuracy and precision of the HbA1c procedures on the Tosoh G-8 instrument reportable ranges. The SAS Ultra HCG Test is a visual and rapid test for the qualitative determination of human chorionic gonadotropin (hCG) in serum or urine to aid in the early detection of pregnancy. Item# Description/Part Number Qty 1398200 TRIAGE BNP FOR BCIS 100 PK RX 110 1398201 TRIAGE BNP BCIS CNTRL KT1PK RX 12 1398202 TRIAGE BNP BCIS CAL/VER 1PK RX 40 23045405 ALC-CELLULAR LINEARITY 5X2ML/PK 2 SACOL087751 SAS HCG STAT 10MIU ULTRA 50/PK 125 22000116 iSed Test Card 5000 Tests/Ea 2 The Contractor is required to provide a continuously stocked inventory of Triage BNP, A1C, HCG and iSed reagents and supplies and any other materials required to properly perform Triage BNP, A1C and HCG testing such that Core Laboratory operations are not interrupted. These items shall be of the highest quality, to assure precision and accuracy. Expiration date must be clearly marked all supplies. Alert/Notification of any delays in shipment as well as any or all technical advisory/recalls/alerts, prior to or simultaneously with field alerts should be forwarded to the designated individuals determined at contract award. Special handling for emergency orders of supplies: If the supplies are found to be defective and unsuitable for use with the equipment, or the Contractor has failed to comply with the requirements for routine supply delivery, the Contractor is required to deliver the supplies within 24 hours of receipt of a verbal order for emergency delivery. If either circumstance has occurred, the Contractor shall 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 Contractor s Core Laboratory equipment for one week (under normal Government test load volume). If additional requests for emergency supply delivery are required by the Government, they shall be honored by the Contractor until the arrival at the laboratory of the monthly standing order/routine supplies delivery. Location These reagents and supplies will be used in the Core laboratory located in the Pathology and Laboratory Medicine Service s San Antonio Laboratories of the STVHCS. Period of Performance 10/01/2018-9/30/2023 Deliverables/Supplies Supplies for Triage BNP, A1C, HCG and iSed testing on the Core Laboratory Instrumentation. Government Inherent Functions: Contractor shall not perform inherently governmental functions. This includes, but is not limited to, determination of agency policy, determination of Federal program priorities for budget requests, direction and control of government employees, selection or non-selection of individuals for Federal Government employment including the interviewing of individuals for employment, approval of position descriptions and performance standards for Federal employees, approving any contractual documents, approval of Federal licensing actions and inspections, and/or determination of budget policy, guidance, and strategy. General Duties, Requirements, and Expectations: Be professionally competent to handle required duties. Work with staff to ensure safety measures are in place and documented. Services provided under the terms of this contract are required to be in compliance with the American Association of Blood Banks (AABB) and College of American Pathologists (CAP) accreditation policies and all applicable Federal, State and Government laws required by the Veteran s Healthcare System. Information Systems Officer, Information Protection:       The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody.   Privacy Officer:   The contractor will not have access to Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA. Records Manager:   There will be no federal records created, maintained, used or dispositioned with this contract;  regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.].
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAHCS/VAAHCS/36C25718Q9658/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q9658 36C25718Q9658.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4454360&FileName=36C25718Q9658-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4454360&FileName=36C25718Q9658-000.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: Department of Veterans Affairs;P&LMS Section;7400 Merton Minter Blvd;San Antonio, TX
Zip Code: 78229
 
Record
SN04976678-W 20180704/180702230855-9808c36a8afb986f7b7ba118f5c2b51f (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.