SOURCES SOUGHT
65 -- 36C255-20-AP-1413 VASTLHCS PCR INSTRUMENT - COVID19
- Notice Date
- 3/16/2020 8:02:24 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25520AP1413
- Archive Date
- 04/15/2020
- Point of Contact
- Jeanine Wallace 3450 S. 4th Street Leavenworth, KS 66048
- E-Mail Address
-
jeanine.wallace@va.gov.
(jeanine.wallace@va.gov.)
- Awardee
- null
- Description
- The Department of Veterans Affairs, Network Contracting Office 15 intends to award a sole source contract under the authority of 41 U.S.C 253(c) (1) FAR 6.302-2 Unusual and Compelling Urgency, to BioFire Diagnostics, LLC located at 515 Colorow Drive, Salt Lake City, UT 84108. Contractor shall furnish a PCR instrument that is capable of performing testing directly from a patient sample and providing FDA cleared analysis for various infectious disease targets . Equipment Specifications Requirements Instrument must be capable of running at least 6 patient samples simultaneously. Samples however will all be analyzed in separate analysis chambers and not batched together within the instrument. Vendor shall provide all necessary cables, accessories, testing tools, software licenses, and hardware necessary to operate the PCR instrument. The system purchased shall be plug-and-play not requiring VA to purchase additional items before tests can be conducted. System shall be capable of directly interfacing results to the VA s VistA/CPRS system or through a currently VASTL owned third-party middleware called Data Innovations. Software provided with system shall be contained on a separate PC workstation. Software provided shall be capable of performing statistical analysis on data collected. Instrument must be capable of utilizing kits and supplies currently owned by VASTL which are manufactured and produced for use on the BioFire Torch instrument. System functionality Instrument has several test panels available as noted below: A single panel able to detect the presence of the following 20 respiratory pathogens: Adenovirus, Coronavirus HKU1, Coronavirus NL63, Coronavirus 229E, Coronavirus OC43, Human Metapneumovirus, Human Rhinovirus/Enterovirus, Influenza A, Influenza A/H1, Influenza A/H1-2009, Influenza A/H3, Influenza B, Parainfluenza 1, Parainfluenza 2, Parainfluenza 3, Parainfluenza 4, Respiratory Syncytial Virus, Bortetella pertussis, Chlamydia pneumoniae, Mycoplasma pneumoniae A single panel able to detect the presence of the following 14 spinal fluid (CSF) pathogens: Escherichia coli K1, Haemophilus influenza, Listeria monocytongenes, Neisseria meningitides, Streptococcus agalactiae, Streptococcus pneumoniae, Cytomegalovirus (CMV), Enterovirus, Herpes simplex virus 1 (HSV-1), Herpes simplex virus 2 (HSV-2), Human herpesvirus 6 (HHV-6), Human parechovirus, Varicella zoster virus (VZV), Cryptococcus neoformans/gattii A single panel able to detect the presence of the following 22 stool pathogens: Campylobacter (jejuni, coli and upsaliensis), Clostridium difficile (toxin A/B), Plesiomonas shigelloides, Salmonella, Yersina entercolitica, Vibrio (parahaemolyticus, vulnificus and cholera), Vibrio cholera, Enteroaggregative E. coli (EAEC), Enteropathogenic E. coli (EPEC), Enterotoxigenic E. coli (ETEC) It/st, Shiga-like toxin producing E. coli (STEC) stx1/stx2, E. coli 0157, Shigella/Enteroinvasive E. coli (EIEC), Cryptosporidium, Cyclospora cayetanensis, Entamoeba histolytica, Giardia lamblia, Adenovirus F40/41, Astrovirus, Norovirus (GI/GII), Rotavirus A, Sapovirus (I, II, IV, V). Installation Unit is expected to be self-contained and countertop mounted for space constraints. Vendor will provide VA Staff all support necessary to install, assemble, calibrate, and conduct acceptance testing of the unit. Support should be identified in quote if on-site support is deemed necessary to ensure unit is fully operational upon arrival. Vendor will provide technical support to VA Staff for configuration of instrument data output to either VA s VistA/CPRS system or a currently VASTL owned third-party middleware called Data Innovations. Software Workstations or PCs provided with the instrument must run a vendor supported Operating System or a vendor supported proprietary coding. I.E. Windows 10 is now the Microsoft supported OS and as such Windows 7 is no longer acceptable as it is end of life. All software provided must come with installation guides and installation media will be accessible to VA for the entirety of the system s ownership and life. I.E VA will have access to software installers if reinstallation were to become necessary on any system elements or workstations. All software licenses will be perpetual and owned by VA. If vendor sales model requires annual licensing fee this cost will be identified upfront in the provided quote for VA awareness and review. Vendor will provide all software licensing or additional middleware required to connect device to either VA s VistA/CPRS system or a currently VASTL owned third-party middleware called Data Innovations. Warranty and Service Service and Operator Manuals The vendor shall provide the following documentation for the proposed system: Two (2) copies of operator's instruction manuals per unit purchased Two (2) copies of complete technical service manuals including detailed troubleshooting guides, necessary diagnostic software, service keys, schematic diagrams, parts lists, and any other resources available to the manufacturer s service technicians. Two (2) copies of a system manager s manual outlining back-up procedures, managing privilege group limits, routine tasks, etc. Warranty The system and accessories shall be covered under the manufacturer s warranty, and shall include all parts and labor for at least one year following acceptance by the VAMC. The manufacturer s factory-trained field service personnel shall perform installation and maintenance during the warranty period. The warranty period shall not begin until after VAMC authorized personnel have accepted the products delivery, installation, and functionality. Other Features Value added features in the vendor s proposal that will be considered include but are not limited to: Extended Warranty The equipment will be sent to the John Cochran VAMC located at 915 North Grand Blvd, St. Louis, MO 63106. The NAICS code is 334516 with a size standard of 1000 employees. This notice of intent to award a sole source contract is not a request for competitive quotes. There will be no solicitation available for competitive quotes. Phone calls will not be accepted. The point of contact for this action is Contract Specialist Jeanine Wallace, who can be reached at jeanine.wallace@va.gov. The Network Contracting Office 15 address is: VA Heartland Network 15, Network Business Office, Contracting Office, 3450 South. 4th Street, Leavenworth, KS 66048.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/98936b246ece4e3496df1d67bc0a7105/view)
- Place of Performance
- Address: John Cochran VAMC;915 North Grand Blvd;St. Louis MO 63106
- Record
- SN05590682-F 20200318/200316230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |