DOCUMENT
66 -- Werfen Reagents - Attachment
- Notice Date
- 7/3/2018
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 00504;Department of Veterans Affairs;Contracting Section;7201 I-40 West Suite 100;Amarillo TX 79106
- ZIP Code
- 79106
- Solicitation Number
- 36C25718Q9607
- Response Due
- 7/13/2018
- Archive Date
- 9/11/2018
- Point of Contact
- Robyn Nussbaum
- Small Business Set-Aside
- N/A
- Description
- The Amarillo VA Health Care System (AVAHCS), on behalf of the North Texas VA Health Care System (NTVAHCS) 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 334516. 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 13, 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 Werfen 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: A. GENERAL GUIDANCE 1. Title of Project: Cost Per Reportable Reagent Rental Agreement for ACL TOP 300 and LAS ACL TOP 750 Laboratory Reagents and Supplies 2. Scope of Work: Vendor will provide a cost-per-reportable-result (CPRR) agreement for the North Texas Veterans Health Care System, Pathology & Laboratory Medicine Service, Dallas, Fort Worth and Sam Rayburn Memorial Veterans Center Laboratory. This agreement shall cover all reagents, supplies and services for the term and is included in cost-per-reportable testing. The agreement includes reagents, controls, calibrators, cuvettes, buffer, M-F 8-5pm service, consumables and maintenance parts, printers and other supplies needed. Training: This agreement includes training for one Key Operator per instrument at the vendor s training facility. Each key Operator training includes one airfare, all meals, lodging, training manuals, instructional videos and other appropriate course material. In addition, the vendor will provide the services of an Application Specialist to assist the Key Operator in instrument setup and operation. This is scheduled to take approximately four to five days. Training must be used within one year from date of installation. The VA Dallas will utilize 3 training slots throughout base year. Annual Training: For each completed year of customer contract and upon customer request, the vendor will provide off-site training for one operator annually. Operator training includes one airfare, all meals, lodging, training manuals, instructional videos and other appropriate course material. Bonham and Ft. Worth will follow the normal training schedule. Since the VA Dallas is using their one annual training slot for year 2 in the first year, the VA Dallas will not have a training slot in year 2. Interfacing: The vendor will provide a credit of up to $20,000 as a DMS/host interface allowance. This allowance will be paid in the form of customer credit towards vendor products. The allowance will be credited to account when the account provides the vendor with a copy of the paid invoice for the DMS/host interface. Interface allowance must be used within six (6) months after installation of analyzers. Billings and Reconciliations: Billings for patient reportable results will be monthly in arrears. On or before the 10th day of each month, US Veterans Administration shall provide the vendor with a written report of the total number of Reportable Results under this Agreement during the preceding calendar month. Billings for patient reportable results will be monthly in arrears. On or before the 10th day of each month, US Veterans Administration shall provide the vendor with a written report of the total number of Reportable Results under this Agreement during the preceding calendar month. An Industrial Funding Fee of 0.50% will be added to each invoice as a separate line item. This fee will be rebated to VA NAC on a quarterly basis. The vendor will provide the following items annually: Product Number Product Description Kit Configuration Requested Annual Qty Contracted Unit Price Reagents General Screening and Anticoagulant Monitoring 00020003050 HemosIL ® RecombiPlasTin 2G, 20 mL 5 x 20 mL RecombiPlasTin 2G (lyo)5 x 20 mL RecombiPlasTin 2G Diluent (liq) 93 CPRR 00020006800 HemosIL ® SynthASil 5 x 10 mL APTT Reagent (liq)5 x 10 mL Calcium Chloride (liq) 41 CPRR Plasma Calibrators and Controls 00020003700 HemosIL ® Calibration Plasma 10 x 1 mL Calibration Plasma (lyo) 2 CPRR 00020013900 HemosIL ® Normal Control 1 10 x 1 mL Normal Control (lyo) 46 CPRR 00020014000 HemosIL ® Abnormal Control 2 10 x 1 mL Abnormal Control (lyo) 6 CPRR 00020014100 HemosIL ® Abnormal Control 3 10 x 1 mL Abnormal Control (lyo) 46 CPRR Solutions 00009757600 HemosIL ® Factor Diluent 1 X 100 mL 96 CPRR 00009831700 HemosIL ® Cleaning Solution (Clean A) 1 X 500 mL 166 CPRR 00009832700 HemosIL ® Cleaning Agent (Clean B) 1 X 80 mL 56 CPRR 00020302400 HemosIL ® Rinse Solution (ACL ® TOP) 1 x 4 L 500 CPRR Consumables 00029400100 ACL TOP ® Cuvettes Box of 2400 88 CPRR 00005575100 Sample Cups, 2.0 mL Box of 1,000 2 CPRR 00029401100 Cuvette Waste Liner (ACL TOP ® 700) Pkg of 10 1 CPRR 00029403501 ACL TOP ® CTS Filters 12 ea 3 CPRR The quantities on this Addendum are the maximum quantities that the vendor will be obligated to supply under this Agreement. Any additional testing requirements may be purchased as needed at the per box price per attached Product Addendum. Shipment of reagent and supply product(s) placed under pre-scheduled standing orders (a maximum of one per month) shall be FOB Destination with all freight charges paid by the vendor. Additional reagent and supply product(s) may be added to the standing order and will be shipped by the vendor at no additional shipping charge. All other shipments from the vendor, requested by Customer, shall be FOB Shipping Point with all freight charges pre-paid by the vendor and invoiced to Customer. Customer Initials and Date VA will purchase as Needed items below: IL Product Number Product Description Requested Annual Qty Open Market Price Annual Value Reagents General Screening and Anticoagulant Monitoring 00020003050 HemosIL ® RecombiPlasTin 2G, 20 mL 23 $60.90 $1,400.70 00020006800 HemosIL ® SynthASil 0 $44.39 $0.00 00020301800 HemosIL ® QFA Thrombin, 2 mL 16 $173.91 $2,782.56 00009758515 HemosIL ® Thrombin Time 4 $35.99 $143.96 00020302600 HemosIL ® Liquid Anti-Xa 0 $571.94 $0.00 00020300600 HemosIL ® Heparin Calibrators 0 $435.03 $0.00 00020300300 HemosIL ® UF Heparin Controls 0 $154.60 $0.00 00020300200 HemosIL ® LMW Heparin Controls 0 $154.60 $0.00 D-Dimer 00020500100 HemosIL ® D-Dimer HS 500 52 $1,035.18 $53,829.36 00020007700 HemosIL ® D-Dimer HS 0 $1,074.76 $0.00 00022550030 HemosIL ® Liquid D-Dimer HS 500 Controls 20 $95.54 $1,910.80 00020008610 HemosIL ® D-Dimer Control 0 $95.54 $0.00 Heparin-Induced Thrombocytopenia 00020014600 HemosIL ® HIT-Ab (PF4-H) Kit 0 $2,261.31 $0.00 00020014700 HemosIL ® HIT Controls, 3 x 1 mL x 2 levels 0 $137.19 $0.00 Plasma Calibrators and Controls 00020003700 HemosIL ® Calibration Plasma 0 $64.48 $0.00 00020013900 HemosIL ® Normal Control 1 80 $84.32 $6,745.60 00020014000 HemosIL ® Abnormal Control 2 0 $84.32 $0.00 00020014100 HemosIL ® Abnormal Control 3 80 $84.32 $6,745.60 00020004200 HemosIL ® Low Fibrinogen Control 48 $48.24 $2,315.52 Solutions 00009757600 HemosIL ® Factor Diluent 0 $8.18 $0.00 00009831700 HemosIL ® Cleaning Solution (Clean A) 0 $23.65 $0.00 00009832700 HemosIL ® Cleaning Agent (Clean B) 0 $17.62 $0.00 00020302400 HemosIL ® Rinse Solution (ACL ® TOP) 0 $48.34 $0.00 Consumables 00029400100 ACL TOP ® Cuvettes 0 $372.58 $0.00 00005575100 Sample Cups, 2.0 mL 0 $46.36 $0.00 00029401100 Cuvette Waste Liner (ACL TOP ® 750) 0 $72.62 $0.00 00029403501 ACL TOP ® CTS Filters 0 $46.35 $0.00 This will be addressed in the price/cost schedule 5. Type of Contract: This is a Cost Per Reportable Reagent Rental Agreement for Laboratory Reagents and Supplies to be used in coagulation testing on ACL TOP instruments. B. CONTRACT AWARD MEETING No kick-off meeting is required. C. GENERAL REQUIREMENTS Vendor will provide 2 ACL TOP 300 and 2 LAS ACL TOP 750 Test Kits, supplies, training, service, and support as needed to perform testing on the automation line located in the Dallas Core Laboratory of Pathology & Laboratory Medicine Service at VANTHCS, Bonham laboratory and Fort Worth laboratory. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES N/A E. EVALUATED OPTIONAL FEATURES Even though the contractor, at the Government s option, provides the requirements specified in this section; they are nonetheless treated with the same level of control as the mandatory specifications. The CO shall only exercise these options when requested by the COR, and when the necessary funding is available. F. SCHEDULE FOR DELIVERABLES The ACL TOP 300 instruments will be installed in Bonham and Fort Worth Laboratory First ACL TOP 750 instruments installed in Dallas once the automation line is installed and available for LAS ACL TOP 750 to be connected to the automation line. The new pricing schedule for the LAS ACL TOP 750 and ACLTOP 300 will not commence or become effective until beginning of actual patient results are reported from LAS ACL TOP 750 and ACLTOP 300 instruments. G. CHANGES TO THE STATEMENT OF WORK Changes to the statement of work are unlikely, but can be made with acceptance by both sides. H. REPORTING REQUIREMENTS N/A I. TRAVEL Offsite training is provided by the vendor to operate the instruments on annual basis included in the contract without additional charges. J. GOVERNMENT RESPONSIBILITIES N/A K. CONTRACTOR EXPERIENCE REQUIREMENTS Qualifications of Key Personnel: (Standard mandatory language for all task orders) N/A Time and Materials Task Orders: N/A Firm-Fixed-Price Task Orders: N/A L. CONFIDENTIALITY AND NONDISCLOSURE Standard mandatory language for all task orders. M. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS New contractor personnel security requirements, which facilitate the security programs for computer systems and automated information systems implemented by the Office of Security and Law Enforcement and Veterans Health Administration. All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTHCS) and must be returned to VANTHCS at the end of the contract. SECURITY CLAUSE: The contractor will have no reason to access sensitive VA information or the VANTHCS computer network. This order is for test kits and supplies only; vendor requires no access to VANTHCS or any VA information system. ALL DATA AND ELECTRONIC MEDIA WILL NOT LEAVE THE VA. NO VA DATA OF ANY TYPE SHALL BE TRANSFERRED FROM THE VA. The 6500.6 Appendix A Checklist Sections 2 (checklist table rows 1-7) is not applicable to this contract. Section 3 shall be signed by require signatories. Sensitive VA information is not contained within the system covered by this contract. The vendor shall not remove sensitive information from the VA. The vendor will not have access to sensitive VA information nor the VA s computer network. Our access to the vendor information will be via the Internet. The C&A requirements do not apply, and that a Security Accreditation Package is not required. NARA RM Language Clause to be included in contracts, as necessary: 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. 6. The Government Agency owns the rights to all data/records produced as part of this contract. 7. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. References: VHA Directive 6300 VA Handbook 6300.1 North Texas VA Medical Center Policy VA Directive 6500 36 CFR Part 1222.32 (b)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAHCS/VAAHCS/36C25718Q9607/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718Q9607 36C25718Q9607.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4457928&FileName=36C25718Q9607-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4457928&FileName=36C25718Q9607-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718Q9607 36C25718Q9607.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4457928&FileName=36C25718Q9607-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;P&LMS Section;4500 Lancaster Road;Dallas, TX
- Zip Code: 75216
- Zip Code: 75216
- Record
- SN04978151-W 20180705/180703230847-3a307bb99a4a14ab07073492048a0eeb (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 |