Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2018 FBO #6093
DOCUMENT

66 -- Compact Procalcitonin Analyzer (VA-18-00129476) - Attachment

Notice Date
7/28/2018
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
36C25618Q9993
 
Response Due
8/3/2018
 
Archive Date
9/17/2018
 
Point of Contact
See Attachment
 
E-Mail Address
anthony.mitchell4@va.gov
(anthony.mitchell4@va.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS DESCRIPTION: This Sources Sought Synopsis shall be used to determine the availability of potential sources having the skills and capabilities necessary to perform/provide a Compact immunoassay analyzer capable of performing a procalcitonin assay. All interested vendors are invited to provide information to contribute to this market survey/sources sought synopsis including, commercial market information. This is not a solicitation announcement. This is a sources sought synopsis only. Questions should be submitted by email to anthony.mitchell4@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hubzone, 8(a), small, small disadvantage, woman owned small business, or large business) relative to NAICS 334516, Analytical Laboratory Instrument Manufacturing primarily engaged in manufacturing instruments and instrumentation systems for laboratory analysis of the chemical or physical composition or concentration of samples of solid, fluid, gaseous, or composite material. (size standard of 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors must respond to the solicitation announcement in addition to responding to this sources sought announcement. Please demonstrate the contractor's ability to furnish compact immunoassay analyzers as the course of its daily business operations. Brand name required: VIDAS 3 analyzer Product # 4702895 in keeping with VISN 16 standardization to this instrument/assay package. Equipment shall perform in accordance with industry standards and practices. Responses must be emailed to anthony.mitchell4@va.gov no later than NOON CST, August 3, 2018. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained below. Please place Attention: Procalcitonin Analyzer in the subject line of your email. This notice is to assist the VA in determining sources only. A solicitation is not currently available; therefore, DO NOT REQUEST A COPY OF A SOLICITATION THAT DOES NOT EXISTS. If a solicitation is issued it will be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this announcement. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: (1) Submit a brief [five (5) pages or less] capability statement explaining your capability to provide a desktop analyzer and supplies to provide Procalcitonin IgG testing on patient samples performed by Pathology and Laboratory Medicine Service at Southeast Louisiana Veterans Health Care System (SLVHCS) 2400 Canal St, New Orleans, LA 70119. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please NOTE: any future solicitation could only be awarded to a contractor who is registered in the System for Award Management (SAM). To receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. SPECIFIED REQUIREMENT: The contractor shall communicate its capabilities to accomplish the following: Statement of Work Southeast Louisiana Veterans Health Care System New Orleans, LA 1. PURPOSE 1.1 The overall purpose of this Statement of Work is to obtain an analyzer and supplies to provide Procalcitonin IgG testing on patient samples performed by Pathology and Laboratory Medicine Service at Southeast Louisiana Veterans Health Care System (SLVHCS) 2400 Canal St, New Orleans, LA 70119. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and test all listed equipment and supplies. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1 Compact immunoassay analyzer QTY-1 Brand name required: VIDAS 3 analyzer Product # 4702895 in keeping with VISN 16 standardization to this instrument/assay package. Shall be FDA approved for Procalcitonin IgG testing. Shall be a countertop model Shall fit within a space 32 inches wide, 28 inches deep and less than 30 inches high. Shall operate on 110 VAC and using a standard US plug Shall have a fully automated pipettor Pipettor shall use disposable sample tips to prevent cross-contamination Shall have automated calibration procedure and shall be able to maintain calibration on more than one lot of reagent at a single time. Shall have on-board dilution capacity Shall allow sample barcoding using only the sample accession number Shall have an onboard printer for printing patient and quality control results The Contractor/Manufacturer shall retain ownership and title for the instrumentation and equipment and provide all required on-site service, regular preventative maintenance, repairs, training and technical support at no cost to the Government. The Contractor shall provide any required on-site service response 7 days per week or required equipment replacement within 24 hours. 2.5.1.1 Instrument Computer capabilities Computer shall display sample ID (accession number) and result Computer shall connect to an onboard printer and produce a printed result report Computer shall allow traceability of sample results by accession number Shall include an integrated quality control management 2.5.2 Installation Shall be performed by Manufacturer provided staff while working with staff technologist Vendor shall perform all function checks to assure proper operation of the system Vendor shall perform initial calibration Vendor shall perform test linearity studies Vendor shall perform patient validation studies Documentation of installation activities shall be given to the Chemistry Supervisor in a document binder. 2.5.3 Procalcitonin Reagents QTY 41 Brand Name required-Biomerieux VIDAS Product # 30450-01 Must have at least a 3-month expiration date within a single shipment. Must have at least a 14-day calibration stability Must include bi-level quality control 2.5.4 Disposable waste trays QTY 1 2.5.5 Dilution Tips QTY 2 2.5.6 Dilution Cups QTY 1 2.5.7 Training Must provide training for at least 3 staff members onsite Must provide documentation of completion of training to Chemistry Supervisor 2.6 DELIVERY AND INSTALLATION 2.6.1 DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) room 4E122B, 2400 Canal St, New Orleans, LA 70119 via the warehouse on Tulane Avenue on 8/30/2018. 2.6.2 INSTALLATION 2.6.2.1 All equipment shall be installed on laboratory counter top by contractor upon delivery unless otherwise noted above. 2.6.2.2 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.6.2.3 Installation must be completed by September 30, 2018. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.6.2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.6.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7 SITE CONDITIONS 2.7.1 There shall be no smoking, eating, or drinking inside the laboratory at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERY/STORAGE REQUIREMENTS 4.1 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 4.2 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 4.3 Deliver specified items only when the site is ready for installation work to proceed. 4.4 Store products in dry condition inside enclosed facilities. 4.6 Any government requested delayed delivery up to 90 days after initial delivery date, shall be at no additional cost to the Government. 4.7 A pre-delivery meeting will be conducted 14 days prior to initial negotiated delivery date for verification of delivery and installation dates. 4.8 Delivery and Installation will be coordinated through the COR. 5. DELIVERABLES 5.1 Operation and Maintenance Manuals 5.1.1 Binders - Quantity (3) each for operation and maintenance manuals and documentation of installation activities 5.1.2 Digital Copies- Quantity (1) each of operations and maintenance manuals. 5.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. 6. OPERATOR TRAINING: 6.1 Contractor shall provide On-site training of the equipment to at least 3 staff members. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. 7. PROTECTION OF PROPERTY 7.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 7.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 7.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 7.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 8. SECURITY REQUIREMENTS Pending ISO 9. WARRANTY 9.1 The contractor shall provide a one-year enhanced manufacturer s warranty on all parts and labor. 9.2 The warranty shall include all travel and shipping costs associated with any warranty repair. Program Office Summary of Proposed Pricing Schedule: VIDAS 3 Analyzer with Installation 1 Each Zero Dollars Warranty, Enhanced-VIDAS 3 Analyzer 1 Each Zero Dollars Procalcitonin (PCT) reagent Product #30450-01 41 Packages $_________ Disposable waste trays 1 Package $_________ Dilution Tips 2 Packages $_________ Dilution Cups 1 Package $_________ Onsite Training of at least 3 staff 1 Each Zero Dollars Enhanced Warranty Instrument Service 1 Each Zero Dollars
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/36C25618Q9993/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9993 36C25618Q9993.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4512183&FileName=36C25618Q9993-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4512183&FileName=36C25618Q9993-000.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;Southeast Louisana Veterans Healthcare System;2400 Canal Street;New Orleans
Zip Code: 70119-6535
 
Record
SN05011620-W 20180730/180728230037-ebe7e8ab8380c1ebdc8a3d321ca5afdd (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.