Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2018 FBO #6077
DOCUMENT

66 -- Automated Hematology Analyzer CPT - Attachment

Notice Date
7/12/2018
 
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
36C25718Q9707
 
Response Due
7/23/2018
 
Archive Date
9/21/2018
 
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 Dallas, 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 23, 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 Automated Hematology Analyzers Cost-Per-Test 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: 1. Purpose Requesting the procurement an Automated Hematology Analyzer through reagent rental purchase agreement. The Cost-per-Test Pricing is based on estimated workload volumes of 1560 WBC, RBC, Platelet counts per year. 2. Scope The contractor will provide the Automated Hematology analyzer. The contractor will provide onsite instrument installation and start-up, on-site instrument test validation, technical support and guidance, and on-site training for testing personnel. The Automated Hematology Analyzer shall be a random-access analyzer capable of processing up to 25 samples/hour. The analyzer will need to utilize closed tube patient and QC sampling. WBCs, RBCs and PLTs are counted using the direct current detection method with hydrodynamic focusing technology to minimize coincidence or recirculation. Automatic discriminators separate the cell populations based on complex algorithms. The intensity of the electronic pulse from each analyzed cell is proportional to the cell volume. The instrument needed will require 15 L of EDTA whole blood for reporting of the following parameters: WBC, RBC, HGB, HCT, MCV, MCH, MCHC, PLT, LYM#, LYM%, MXD#, MXD%, NEUT#, NEUT%, RDW-SD, RDW-CV, MPV. The instrument will also need to provide a WBC (3-Part Differential), RBC, PLT histogram. Results will need to be available within 2.5 minutes. Technical support shall be available via telephone and e-mail 24/7 to help technologist preform troubleshooting on instrument or to answer testing inquiries. On-site technical support shall be available for escalations within 48 hours. Pathology & Laboratory Medicine Service (P&LMS) at the Dallas VA North Texas Health Care System (VANTHCS) will order reagents and supplies from the contractor as needed to perform WBC, RBC, Platelet counts on the Automated Hematology Analyzer, which is in the P&LMS Flow Cytometry Section of Client Services and Immunopathology, Dallas VA North Texas Health Care System (VANTHCS). 3. Location The Automated Hematology analyzer will be located and testing will be performed in the Flow Cytometry Laboratory of P&LMS, Dallas VANTHCS. 4. Performance Requirements Maintenance includes the following: 4.1.1 Inventory and recording of systems components. 4.1.2 Monthly deliverables shall be received in full. Quality control will be shipped according to release date. 4.1.3 Testing all components for proper test performance. Equipment shall reproduce results according to manufacturer s specifications. 4.2. Repairs and Support. 4.2.1 Technical Support: Support Personnel will be available by telephone 24 hours/7 days/week.   4.2.2.1 On-site Repairs: With respect to any technical support issue that the contractor determines to require on-site support at the customer s facility, the contractor will dispatch one or more Support Personnel to such facility, normally within 24 business hours after they have logged the corresponding Customer Support Contact s technical support call to the contractor.  Any such on-site technical support will be provided between the hours of 8:00 a.m. to 5:00 p.m., customer s local time, on a business day. After repair, the contractor shall submit a detailed work report to include all required materials and is to be at no-charge to the facility. 4.2.2.2 If a problem cannot be resolved by the contractor repair personnel on site and the contractor determines that the instrument must be exchanged, the exchange instrument will have shipped the next business day and will be scheduled to arrive within 48 hours. The exchange instrument will be unpacked on site. The instrument that failed will be packaged in the container the exchange instrument came and shipped back to the Contractor. Contractor shall provide a prepaid means of shipping the failed instrument back to them. Contractor will install and provide validation support for the replacement instrument at no charge. 4.3. For the delivery of repairs parts or materials the contractor shall provide all parts and materials at no additional cost the government. 4.3.1 Contractor shall remove all parts, equipment or materials replaced, or upgraded by the contractor due to and not limited to repairs, replacements, recall, and upgrades without any cost to the government. 4.4 Training: The contractor will provide initial on-site operator training for the analyzer. 4.4.1 Validations: The contractor will provide initial installation and validation of the system. 4.5 Safety 4.5.1 Contractor shall immediately notify the service of any changes in reagent composition, procedure modification, recall notification or any changes that will affect the performance of the test or procedure according to FDA regulations. 4.6 Test Performance 4.6.1 All test, procedures, and equipment must perform at manufacturer specifications; deviations from the performance specifications shall be corrected by the contractor. 4.6.3. All test performance will be evaluated by and not limited for performance thru peer comparison, quality control and CAP peer evaluation. 5. Period of Performance Cost per Test Purchase Agreement for the Automated Hematology Analyzer will be in effect for 365-day period of a contract year, with options to extend the contract for 4 years. 6. Deliverables/Supplies This order is for the cost per test procurement of the Automated Hematology Analyzer. Reagents and supplies will be purchased under the terms of the reagent rental purchase agreement. 6.1 The contractor shall provide on-site training for new personnel (as required) for testing and procedures of and shall conduct instructional course(s) to meet the objectives identified in paragraph 4. In addition, the contractor shall provide handouts and training materials in sufficient quantity for each participant. These are off-the-shelf courses. The contractor shall provide lesson plan, course materials and media (DVD s, CD s, videos, etc. if required), and editable procedures at no additional cost. 6.2 The contractor shall deliver all equipment necessary for test performance at no government cost. 6.2.1 The contractor shall deliver all and not limited to operational, maintenance, troubleshooting, small repairs, equipment specifications and test manuals. 6.3 The contractor shall install the equipment and perform test verification according to manufacturer specification and CAP requirements. Contractor shall provide annual linearity/verification. 6.4 The contractor shall provide equipment: kits for the WBC, RBC, and Platelet counts. 6.4.1 In the event that requested supplies are on back-order, contractor is to provide information as to the estimated time of availability. 6.5 The contractor shall deliver all invoices for review according to the established contract at the end of each billing cycle. 6.5.1 All items not contracted shall be specifically detailed on the invoice including description, quantity acquired, and government cost. 6.6 Remedies: 6.6.1 Any changes in reagents or equipment modifications shall be immediately disclosed by the contractor electronically as well as by postal mail with supporting documentation of the change and, detailed guidance against implementation within twenty-four hours of its application. 6.6.2 Additional charges incurred by the government to provide the continuity of contracted tests to patients and not limited to out sourcing, transportation and or any other additional cost shall be covered by the contractor at no additional charge to the government. Instrument Requirements 7.1 Instrument must consist of the following to meet the needs of the customer: Requires not more than on15 L of EDTA whole blood Has a total time to result of no more than 2.5 minutes Capable of analyzing 25 samples/hour Uses closed tube patient and QC sampling Test report includes WBC, RBC, HGB, HCT, MCV, MCH, MCHC, PLT, LYM#, LYM%, MXD#, MXD%, NEUT#, NEUT%, RDW-SD, RDW-CV, MPV. Provides a WBC (3-Part Differential), RBC, PLT histogram. Is a bench top instrument with a footprint no larger than 20"W x 16"D Does not use the following software: Windows XP Embedded Service Pack 3, Windows Server 2003 or Windows XP 8. Contractor Security Contract Requirements This contractor requires no access to VANTHCS or any VA information system. The Automated Hematology Analyzer will not be interfaced to the VANTHCS information system. There will be supervised access when the contractor is physically present for technical support, service calls, and scheduled preventative maintenance. NO VA DATA OF ANY TYPE SHALL BE TRANSFERRED FROM THE VA. 9. Records Management 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAHCS/VAAHCS/36C25718Q9707/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q9707 36C25718Q9707.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4477994&FileName=36C25718Q9707-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4477994&FileName=36C25718Q9707-000.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;4500 S Lancaster Rd;Dallas, TX
Zip Code: 75216
 
Record
SN04988983-W 20180714/180712231018-3a57032284b9fdc3275a8919c32a9a8c (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.