Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2019 FBO #6499
DOCUMENT

Q -- Histology Immunohistolochemical Instrumentation Cost-per-test - Attachment

Notice Date
9/9/2019
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;VAMC;50 Irving Street NW;Washington DC 20422
 
ZIP Code
20422
 
Solicitation Number
36C24519Q0586
 
Response Due
9/16/2019
 
Archive Date
11/15/2019
 
Point of Contact
Chantey Bost
 
E-Mail Address
y.bost2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6 and is being conducted under FAR Subpart 13; simplified acquisition procedures apply. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24519Q0586 and is issued as a Request For Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2019-01, fiscal year 2019. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This requirement will use the cascading set-aside strategy, compliant with 38 U.S.C. 8127 (AKA Kingdomware). The evaluation of offers received in response to this solicitation will use a tiered or cascading order of precedence. "Tiered evaluation of offers." also known as "cascading evaluation of offers," is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. Offers from both small and other than small business concerns will be evaluated in the following tier order: Service-Disabled Veteran-owned Small Business (SDVOSB), Veteran-owned Small Business (VOSB), all other small business concerns, other than small business. The North American Industry Classification System (NAICS) code is 621511, and the size standard is $32.5 Million. (v) This requirement consists of one (1) line items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 Histology Immunohistochemical Instrumentation on a cost per test slide basis Base with 4 one-year options EA (vi) To be acceptable, the proposal shall provide pricing for fully automated cost-per testing and meet all requirements listed below in the Statement of Work. Price must be reasonable and within the Independent Government Cost Estimate (IGCE). Statement of Work Automated Immunohistochemical Instrument Hershel Woody Williams VA Medical Center Purpose The overall purpose is to provide and install a fully automated Immunohistochemical instrument at the Hershel Woody Williams VA Medical Center Scope The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section. All equipment and installation must meet manufacturers and VA specifications. The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. The Contractor is responsible for any missing parts and components not included in order to carry out the installation. Period of Performance Base with 4 One-Year Options This contract will be effective as follows: Base: October 1, 2019 September 30, 2020 Option 1: October 1, 2020 September 30, 2021 Option 2: October 1, 2021 September 30, 2022 Option 3: October 1, 2022 September 30, 2023 Option 4; October 1, 2023 September 30, 2024 Salient Characteristics Automated Immunohistochemical Instrument: Automate baking, deparaffinization, independent slide heating, and staining with special stains Perform Immunohistochemistry (IHC) Efficiently processes dual and triple IHC stains Allows end user to process slides individually by adding slides to the stainer for testing and removing slides from the stai ner without impacting workflow Ability to (add or remove) reagents without interrupting testing which is in process at that time Allows end user to see the exact status of patient samples with an intuitive visual instrument interface Minimum of 25 individual slide staining chambers Platform allows end user to prioritize a patient s sample Produce high quality stains Ability to run unexpected test requests, without interrupting tests already in process Has visual and audio alerts to signal access to slides and reagents Electrical requirements Free standing with a footprint of no larger than 50 inches Width x 75 inches Depth x 75 inches Height and Weight of no more than 700 lbs. Perform tests/stains for the following biomarkers: Human epidermal growth factor receptor2 gene(HER2) Estrogen receptors(ER) Progesterone receptors (PR) MMR gene mutations(MLH-PMS2 Test) Programmed Death-1 (PD1) Mesenchymal-epithelial transition factor (MET) anti-ERG monoclonal antibody (prostate cancer) AMACR P63 CK5/6 BerEP4 HMB45 MITF LCA CD4 CD8 Sox10 S100 Ki67 P16 MLH1 MSH2 MSH6 PMS2 AE1/AE3 EMA Desmin Vimentin Vendor shall provide: One-year warranty to include Preventive Maintenance at no charge. Installation of instrumentation with optimization which supports validation of proper instrument operation On-site training for 2 key operators. Off-site training for 1 Key operator Two (2) Operator/ Technical/Service Manuals. Service Maintenance agreement for each year of the life of the contract which will include troubleshooting and resolution of technical issues Scheduled preventive or periodic maintenance will be performed by the vendor. Delivery Contractor shall deliver the instrument to the Hershel Woody Williams VA Medical Center located at 1540 Spring Valley Drive, Huntington WV, 25570. Installation Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 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. 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. The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 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. Site Conditions There shall be no smoking, eating, or drinking inside the hospital at any time. Inspection and Acceptance The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. DELIVERY/STORAGE REQUIREMENTS Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 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. Deliver specified items only when the site is ready for installation work to proceed. Store products in dry condition inside enclosed facilities. Any government requested delayed delivery up to 90 days after initial delivery date, shall be at no additional cost to the Government. A pre-delivery meeting will be conducted 60 days prior to initial negotiated delivery date for verification of delivery and installation dates. Delivery and Installation will be coordinated through the COR. Deliverables Operation and Maintenance Manuals Operations/ Technical/Service Manuals printed and digital on CD Quantity (2) Operator Training The Contractor shall provide Vendor led on-site, instrument trainings for two (2) VA Key Operators (Technical Staff) once installation is complete. The trainings shall include operation of the hardware and software systems, data manipulation, troubleshooting and repair, instrument validation and method comparison studies. The contractor shall be responsible to ensure two (2) VA Key Operators (Technical Staff) shall be fully trained and competent to operate and troubleshoot the instruments. Additionally, one off-site training slot will be provided for advanced training.   Scheduling of the Vendor led on-site training shall be coordinated with the COR. Protection of Property 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. 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. The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. Security Requirements N/A no security issues pending. Warranty The contractor shall provide a one-year manufacturer s warranty on all parts and labor. The warranty shall include all travel and shipping costs associated with any warranty repair. The contract is subject to the availability of funds. (vii) All material shall be delivered to each VA Medical Center listed above. (viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this acquisition. There is no addenda to the provision. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price and meeting or exceeding Statement of Work requirements. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- the offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Website through http://www.sam.gov/portal. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; the following FAR clauses identified at paragraph b of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-13, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34, 52.233-3, 52.233-4. (xiii) 52.217-8 Option to Extend Services, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for Next Fiscal Year. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) Questions shall be submitted in writing to Chantey Bost at chantey.bost2@va.gov and Michael Porter at Michael.Porter5@va.gov NLT Thursday, September 12, 2019. PROPOSALS ARE DUE Monday, September 16, 2019, by 4:00 p.m. eastern standard time (est) to the email addresses identified above. (xvi) Point of contact for this solicitation is Chantey Bost e-mail chantey.bost2@va.gov. All Inquires must be in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/36C24519Q0586/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24519Q0586 36C24519Q0586.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5144845&FileName=36C24519Q0586-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5144845&FileName=36C24519Q0586-000.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: VA Medical Center Huntington WV;1540 Spring Valley Drive;Huntington, WV
Zip Code: 25704
 
Record
SN05437258-W 20190911/190909231207-9d00aa50bbd3a3cbfad4e46171673d7a (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.