DOCUMENT
66 -- Lyme (Immunoassay)Testing - Attachment
- Notice Date
- 10/18/2018
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;100 S. Independence Mall West;Philadelphia, PA 19106
- ZIP Code
- 19106
- Solicitation Number
- 36C24419Q0049
- Archive Date
- 11/17/2018
- Point of Contact
- Syreeta Newsuan
- E-Mail Address
-
3-5800x9534<br
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE This is a full and open Sources Sought Notice. This is NOT a solicitation for proposals, quotation abstracts, or quotations. This notice is for informational and planning purposes only and shall not be construed as a solicitation or an obligation or commitment by the Government, nor is it a Request for Quote (RFQ) at this time. It is the intent of the Department of Veterans Affairs, (herein afterwards referred to as the Pittsburgh Veterans Administration Health Care System) to establish a fixed price contract for Immunoassay instrumentation and reagents that will last 5 years and consist of 1 base year with (4) 1-year Option Periods. The desired instrumentation shall have the capability of performing or reporting the clinical parameters as defined in the statement of work. The instrument shall be able to simultaneously perform the testing as described below and meet the performance characteristics for accuracy and precision. Equipment must maintain, or preferably reduce the number of work stations or overall labor required to accomplish the required testing by each laboratory. The Contractor is required to provide a continuously stocked inventory of reagents, standards, controls, supplies, disposables and any other materials required to properly perform tests on the equipment such that equipment operations are not interrupted. These items shall be of the highest quality, sensitivity, specificity and tested to assure precision and accuracy. Expiration date must be clearly marked on reagent, standards and control containers. Unexpected changes in methodology/technology shall be at the expense of the Contractor. 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: In the event that the supplies are found to be defective and unsuitable for use with the Contractor s 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 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. ESTIMATED USAGE: DESCRIPTION OF SERVICES UNIT OF ISSUE QTY CMV IgG Assay (100 tests/kit) KIT 25 CMV IgM Assay (100 tests/kit ) KIT 15 Measles IgG Assay (100 tests/kit) KIT 20 Control CMV IgG (2 x 0.7 ml) KIT 6 Control CMV IgM (2 x 0.7 ml) KIT 6 Control Measles IgG (2 x 0.7 ml) KIT 6 Borrelia burgdorferi IgG/IgM (100 tests/kit) KIT 40 MUMPS IgG Assay (100 tests/kit) KIT 20 RUBELLA IgG Assay (100 tests/kit) KIT 20 VZV IgG Assay (100 tests/kit) KIT 30 Control Borrelia burgdorferi (2 x 0.7 ml) KIT 6 Control Mumps IgG (2 x 0.7 ml) KIT 6 Control Rubella IgG (2 x 0.7 ml) KIT 6 Control VZV IgG (2 x 0.7 ml) KIT 6 All responses should include the following; FSS contract number if applicable, socioeconomic category, technical/capability information, ability to meet VA requirements, and existing customers. The NAICS Code for the expected acquisition is 334516, with a Size Standard of 1,000 and the PSC Code is Q301. Interested sources may submit a 1 or 2-page capability statement with enough detail for the Government to make an informed decision regarding such capability. The statement should identify supplier s name, address, point of contact, phone and fax numbers, e-mail addresses and business type and size. Any pertinent FSS Schedule numbers with expiration date should also be provided. Please email capability statements to: Contract Specialist, Syreeta Newsuan at syreeta.newsuan@va.gov by 4:30 PM Eastern Time on October 23, 2018. Telephone inquiries will not be accepted. Please note "Lyme (Immunoassay) Testing Pittsburgh VAMC " in the subject line of the email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q0049/listing.html)
- Document(s)
- Attachment
- File Name: 36C24419Q0049 36C24419Q0049.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641691&FileName=36C24419Q0049-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641691&FileName=36C24419Q0049-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24419Q0049 36C24419Q0049.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641691&FileName=36C24419Q0049-000.docx)
- Place of Performance
- Address: Pittsburgh VAMC in Pittsburgh, PA
- Zip Code: 15240
- Zip Code: 15240
- Record
- SN05128409-W 20181020/181018230644-7ce33cddf4052c0e0e06121cd86df881 (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 |