Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2019 FBO #6433
SOURCES SOUGHT

66 -- High Performance Liquid Chromatography Mass Spectrometry

Notice Date
7/3/2019
 
Notice Type
Synopsis
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q0872
 
Response Due
7/10/2019
 
Archive Date
8/9/2019
 
Point of Contact
angie.carpenter@va.gov
 
Small Business Set-Aside
N/A
 
Description
Page 2 of 4 Page 2 of 4 This is a Sources Sought (SS) Notice only, not a solicitation announcement and should not be considered as such. There is no solicitation available at this time. The Government will not pay for any information received in response to this SS, nor will the Government compensate any respondent for any cost incurred in developing the information provided to the Government. This SS does not constitute a commitment by the Government. Any information provided in response to this market survey will be used for informational purposes only and will not be released. Contractor participation is not a promise of future business with the Government. The purpose of this SS is to conduct market research to determine an acquisition strategy for the establishment of specialty beds and equipment for rental. The Dayton VA Medical Center, Pathology and Lab Medicine Service, is in need of instrumentation with associated support services and technical training that will provide testing of urine drug levels in patients that are being managed for pain or drug abuse therapy. This requirement shall include the following instruments: one (1) High-Performance Liquid Chromatography (HPLC) instrument; 1 Triple Quadrupole Tandem Mass Spectrometer (MS/MS); 1 Liquid handling/processing instrument for extractions; 1 start-up package with appropriate reagents and quality controls; Onsite training for at least three (3) laboratory technicians; up to 12 months of consultation service to include assessment of results, regular maintenance, quality assurance, and quality control. The product shall meet the following minimum technical requirements: High Performance Liquid Chromatography-Triple Quadrupole Tandem Mass Spectrometer: Shall comply with College of American Pathologists and Joint Commission standards Shall meet performance characteristics for accuracy and precision mandated by the following: 1988 Clinical Laboratory Improvement Act (CLIA) and Clinical and Laboratory Standards Institute (CLSI) Shall contain a liquid phase and stationary phase within the column and tolerate pressures up to 400 atmospheres to achieve quick separation of molecules of interest. Instrument shall require minimal maintenance Shall have appropriately sized columns and appropriate particle size of the column packing material for HPLC operations Shall have proper solvent reservoir for storage of the mobile phase, which shall supply the column at a specific flow rate Sample injection shall be fully automated, such that the injector will inject the liquid specimen into the continuously flowing mobile phase stream that will conduct the sample into the HPLC system Shall be able to detect maximum peak heights for the different compounds as the compounds are eluted from the HPLC column Shall have bidirectional bar-coded computer interface compatible with current VA laboratory information system (both hardware and software) that is immediately available for implementation System shall use HPLC method of analysis in tandem with a mass spectrometer designated as a tandem mass spectrometer (containing at least two reaction chambers for analyzing molecules based upon charge and mass Shall provide complete separation of labile and stable molecular products during HPLC Instrument shall be able to detect and report drug levels in as low as ng/mL (nanograms/milliliter) Instrument shall not be subject to any interference from common sources of mass spectrometer and HPLC interference that cannot be mitigated Shall have automated liquid/specimen handling and loading system, if available Shall be able to store at least two (2) years or 100,000 patient results in onboard or fully connected database the is immediately capable of being recalled Instrument shall have the capability for result review automation and auto-verification with on-board software, when available Software shall possess automated commands to stop a run if calibration or quality control (QC) fails, if such software is available for a mass spectrometer system Shall possess automatic sample repeat capability without operator intervention when specific rules are triggered Shall possess automated direct sampling from urine collection containers Shall have cap piercing capability and require no pretreatment of samples, when available Shall be able to perform off-line dilutions, if required Instrument shall be able to detect low reagent volumes and automatically alert the end-user Instrument shall have at least two (2) levels of QC every 24 hours There shall be an on-board QC data management system with minimum storage capacity of four (4) QC files, including Levy-Jennings graphs, and the instrument shall be able to capture, store, and electronically transfer QC data The liquid handling instrument shall be able to detect the bottom of the patient sample container System coefficient of variation (CV) shall be less than 2.5% System shall support multiple bar-code formats Instrument shall be able to use smart consumables, which are identified electronically, that provide lot numbers, used and remaining tests, set values and other standard relevant information, expiration dates, and open vial stability information Contractor shall provide specific services as described below: Shall assess laboratory site and recommend specific site preparation, to include placement, venting, electrical, nitrogen gas tank, and noise mitigation; One (1) year of consultation and supplementary training in interpretation and operation of the LC-MS/MS and as needed after one year, up to two years; and Shall provide appropriate computer interface with the LC-MS/MS instrument for operation and control. Page 3 of 4 The Department of Veterans Affairs, Network Contracting Office 10, is conducting market research to determine if there are a sufficient number of Small Businesses capable of performing the requirements to warrant a set-aside. The proposed solicitation is to furnish all materials, labor, equipment, training, and transportation required to provide equipment to the Department of Veterans Affairs, Dayton VA Medical Center. Contractor shall also comply with any other federal, state, and local laws applicable to the industry. Potential sources must demonstrate experience and knowledge of required services and capability to provide such supplies. Potential sources should submit: business name and address; point of contact; business size, and any applicable business socio-economic category; capability statement; provide information for recent and relevant projects similar in nature; DUNS number; GSA/FSS contract number, if applicable; brochure, pictures, and dimensions of equipment; authorized distributor letter. The NAICS code for this procurement is 334516 and the small business size standard is 1,000 employees. Responses to this notice shall be e-mailed to Angie Carpenter at angie.carpenter@va.gov. Enter RFQ 36C25019Q0872/Liquid Chromatography Mass Spectrometry in the email subject line. Telephone responses will not be accepted. Responses must be received in writing no later than 2:00 p.m., Wednesday, 10 July 2019. This notice is to assist the VA in determining sources only. A solicitation is not currently available. THE VA IS NOT SEEKING PRICING OR OFFERS OF ANY KIND. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a particular set-aside or sole source award, or any other guarantee of award strategy. All information is to be provided on a voluntary basis at no charge to the Government. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25019Q0872/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Dayton VA Medical Center;4100 West Third Street;Dayton OH
Zip Code: 45428
Country: USA
 
Record
SN05359922-F 20190705/190703230018 (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.