Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
DOCUMENT

Q -- MOLECULAR INSTRUMENTATION - Attachment

Notice Date
8/1/2018
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Contracting Office (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24718Q9432
 
Response Due
8/6/2018
 
Archive Date
11/13/2018
 
Point of Contact
Janica Francis-Hunter
 
E-Mail Address
ment
 
Small Business Set-Aside
N/A
 
Description
Page 4 of 4 SOURCES SOUGHT NOTICE DESCRIPTION: This is a source sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a Sources Sought Synopsis only. Questions should be submitted by email to Janica.Francis@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 334516, Analytical Laboratory Instrument Manufacturing (size standard 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this source 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 source sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office (NCO7) is seeking sources for a potential contractor to perform the following type of service: CHARLESTON VAMC MOLECULAR INSTRUMENTATION- STATEMENT OF WORK PROPOSED ACTION: The Microbiology Laboratory of the Ralph H. Johnston VAMC in Charleston, SC needs an updated version of a highly automated and less labor-intensive instrument to perform real-time PCR assays (Moderate complexity testing) from various clinical samples (nasal, stool, and other anatomical sites). The instrument must be easy to use, simple (no precision pipetting), require less hands-on time, random access testing capability, and a closed system. The PCR instrumentation is needed to support the VA mandate, and for MRSA, C. difficile, Chlamydia/gonorrhea, MTB, and T. Vaginalis from clinical samples. The instrument must be able to use unprepared clinical samples with little or no preparation time (approximately two minutes or less). Additional PCR tests available on the instrument platform test menu may be implemented as needed/required in support of patient care for the Ralph H. Johnston VAMC. DESCRIPTION OF WORK AND REQUIREMENTS: The PCR instrument shall have a working interface with the VistA computer system. The instrument must be able to detect the etiologic agent rapidly. The turnaround time for MRSA and C. difficile tests must be 75 minutes or less. The turnaround time for Chlamydia/gonorrhea, MTB, and T. Vaginalis, must be within approximately 90 minutes or less. The PCR instrumentation must be able to support the VA s current mission and be flexible to expand/support the VA s future molecular testing needs. The vendor must provide an FDA approved, CLIA Moderately complex, fully-integrated and automated analysis instrument. Sample extraction, amplification, and detection process should be fully automated in a single-use cartridge and integrated with an automated real-time PCR system. These features contribute to ease of use, productivity, reproducibility, and reduced turnaround time. Each assay should have sample processing control, internal control, and probe check control (no external controls required). The system must include on-board QC program capable of printing/displaying all internal QC/calibrations (e.g. when QC is out of limits). The instrument should have random access capability (different assay protocols may be run at the same time or may be started at different times and run at the same time). The system must have the ability to process samples continuously, providing true 24/7 results. The system must be simple enough to be operated during any shift and reports resultable by any trained staff member. The system should not have any special lab requirements for PCR setup and testing. The vendor is required to provide all needed assistance with the installation, LIS/interface connectivity, and correlation/validation studies required for all PCR testing. The vendor must provide education/training on site for basic operation and maintenance of the instrument. The cost of any/all offsite training required to support instrument maintenance and operation will be provided by the vendor. The vendor must provide all necessary procedure manuals in the CLSI (Clinical and Laboratory Standards Institute) format. The vendor must provide timely repair or replacement service of any defective parts of the instrument. The vendor is to provide alternative PCR testing if the PCR instrument is down in excess of 48 hours at no additional cost to the government. The costs are to be reimbursed by the vendor for those costs incurred during downtime to include, but not limited to, labor, supplies, and reference laboratory PCR testing. PRICING SCHEDULE: The pricing of the molecular testing should be based on Cost Per Test(CPT), and may include separate instrument lease pricing. The reagent/lease cost should include the cost of instrument, service, parts, labor, training, etc. (all-inclusive pricing). The CPT for each PCR test (MRSA, C. difficile, Chlamydia/gonorrhea, MTB, Trichomonas), complexity, and battery of other molecular tests available for the instrument should be provided. As the mission of the VA changes, the VA may add additional PCR testing. FOB DESTINATION: There should not be any additional costs for shipping of monthly reagents/kits. The delivery schedule for test kits will be provided. ESTIMATED MONTHLY VOLUMES: The Monthly Standing orders and Ship as Needed Schedule will be determined upon finalizing the contract. The monthly supplies shall be delivered to Ralph H. Johnson VAMC the first week of each month or as specified in the contract/delivery schedule. a. MRSA 480 tests b. C. difficile 50 tests c. Chlamydia/gonorrhea 200 tests d. MTB 5 tests e. Trichomonas Vaginalis 20 tests REQUESTED INFORMATION: (1) STATEMENT OF CAPABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to provide Molecular Instrumentation. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (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 https://www.sam.gov/portal/public/SAM/ and the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses must be emailed to Janica.Francis@va.gov no later than 11:59 pm EST, August 5th, 2018. Please place " Molecular Instrumentation in the subject line of your email. Your response must include your STATEMENT OF CAPABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above, and the completed Market Research Questionnaire. MARKET RESEARCH QUESTIONNAIRE Response to Questionnaire is required from all interested parties. Company Name, Address & Telephone#___________________________________________ Email Address for designated POC ____________________________________________ DUNS#____________________________________________ GSA or NAC Contract # (if applicable) ____________________________________________ Indicate your business size & socio-economic status under NAICS code 334516: [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no Certified HUBZone [ ] yes [ ] no Certified Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Certified Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) [ ] yes [ ] no Registered with the System for Award Management (SAM) @ https://www.sam.gov [ ] yes [ ] no Registered in VetBiz Registry @ http://vip.vetbiz.gov/ RISK: Address any potential risk to the Government to include technical; cost, schedule and performance that may have a direct impact on the acquisition of this service. A SOLICITATION HAS NOT BEEN ISSUED. After review of responses, a solicitation may be published at a later date. Responses to this Market Research Questionnaire will not be considered as submission of an offer for future solicitation announcements. All interested parties must respond to future that solicitation announcement separately or in addition to this Market Research Questionnaire. Contract award resulting from any future solicitation can only be made to a contractor who is registered in SAM. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q9432/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9432 36C24718Q9432.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4518849&FileName=36C24718Q9432-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4518849&FileName=36C24718Q9432-000.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: Ralph H Johnson VAMC;Department of Veterans Affairs;Laboratory Service;109 Bee Street;Charleston, SC
Zip Code: 29403
 
Record
SN05016534-W 20180803/180801231745-0a72f9c49666ced36b6689607c12c774 (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.