SOURCES SOUGHT
66 -- Erythrocyte Sedimentation Rate Analyzer(2) Sources Sought Please respond with all information requested
- Notice Date
- 7/30/2020 10:24:17 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24520Q0606
- Response Due
- 8/14/2020 10:00:00 AM
- Archive Date
- 08/24/2020
- Point of Contact
- Stephanie.henderson3@va.gov, Stephanie.henderson3@va.gov, Phone: Stephanie.henderson3@va.gov
- E-Mail Address
-
Stephanie.henderson3@va.gov
(Stephanie.henderson3@va.gov)
- Awardee
- null
- Description
- Page 3 of 3 THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. This is a Request for Information (RFI), this is not a Request for Quotes (RFQ) or Request for Proposals (RFP). No formal solicitation document exists at this present time. This is not a solicitation announcement. The purpose of this Sources Sought notice is for market research to gain knowledge of potential vendors qualified under NAICS code 334516 for Lab equipment Manufacturing and equipment PSC 6640 The requirement period of performance may be planned for a base year only. Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in FedBizOpps (FBO) or GSA ebuy. REQUESTED INFORMATION If you are interested, and can provide the required supplies/services, please provide the requested information as indicated below. Responses to this Sources Sought notice shall also include: company name, address, point of contact, size of business: Is this item on contract with your GSA, SEWP, other federal contract, or the NAC contract? Provide the contract type, contract number, category(s), sin, and source code. Please indicate business size status and representations for the above NAIC and PSC code, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) with an active registration in VETBIZ, HUBZone, Woman Owned Small Business (WOSB), Small Business, Large Business, etc.). Please provide copy authorized seller/distribution letter if you are not the manufacturer. Provide product model link / pamphlet of equal item offered. Provide FDA/CLIA Approval Provide warranty information LINE ITEM: HEMATOLOGY: 1 This 2237 is for a base year + 4 option years, cost per reportable test contract for (2) Erythrocyte Sedimentation Rate (ESR) analyzer. Contract will include all reagents, materials, repairs, preventative maintenance and technical support for operations. 1200 test per years 1 YR SOW STATEMENT OF WORK (SOW) Automated Erythrocyte Sedimentation Rate Analyzer Hershel Woody Williams Veterans Affair Medical Center Pathology & Laboratory Medicine Service (113) 1.0 Introduction and Overview The Hershel Woody Williams VA Medical Center, Pathology & Laboratory Medicine Service, is seeking a faster and more accurate method to perform the Erythrocyte Sedimentation Rate test, a test used to diagnose inflammatory conditions. 1.1 Background Our current method is a 100% manual process that takes 60-minute incubation for a final result. Transitioning to an automated process enables the Hematology Section to conduct multiple tests at different time without affecting tests in progress. This results in providing test results prior to a veteran/patient s appointments on the same day. In adhering to the Mission Statement of the Hershel Woody Williams VA, it is our duty to provide exceptional care to improve the overall health and well-being of our Veterans and the completion of this project would accomplish such a goal. Patient safety is in the forefront of healthcare delivery and supports a proactive approach to preventable medical errors. With the purchase of an automated method to perform Erythrocyte Sedimentation Rates (ESR) will be able to get the result to the provider in under an hour. Our goal is to purchase an instrument with the fastest result time. Contract will have a cost per reportable test result. This will include all reagents, materials, preventative maintenance, repairs and technical support required for operations and test reporting. 1.2 Scope of Work To acquire two (2) identical Automated Erythrocyte Sedimentation Rate analyzers with the fastest result time. One analyzer would be a backup due to the need for a backup analyzer during downtime and avoid different reference ranges which could lead to an error in patient treatment if the provider is not aware of the different reference ranges of two different methodologies. Quickest accurate results Must have full random access system Must have automated read out/walk away automation Must be an FDA approved clinical analyzer system and software. Must be capable of LIS support using HL7 interface (VistA & Cerner Millennium) Must have barcode scanner for patient identification Ability to read barcode labels on individual tubes Onboard quality control files. Must have an Inter-laboratory QC program (Peer Group comparison). Must have a mixer, if necessary All equipment and configuration must meet VA specifications. Operational and Technical Features: The instrumentation offered shall be available on the Contractor s FSS Contract at the time of proposal submission and have the following: Testing Instrumentation: testing instrumentation shall have the following: The capability and throughput to meet the volume and service demands. A bi-directional, bar-coded computer interface compatible with the current VA laboratory information system. This includes interfacing with Cerner Millennium and VistA LIS. The fully operational interface (both hardware and software) shall be immediately available for implementation to the VA computerized hospital information system- Equipment must be able to support multiple barcode formats that may be enabled concurrently. Equipment must accept, at a minimum, 10 characters in specimen identifier that is alphanumeric that may be enabled concurrently. A barcode reading accuracy rate of 99% or greater. Analyzer must function using an operating system that is approved to connect to the VA computer systems. QC data management system and includes Levy-Jennings graphs. It is preferred that the analyzer can capture & store QC data. Preferred capability to detect and alert operator of out of range quality control results via flagged results on QC printout and visual alerts on display monitor. Ability to participate in peer data management system for quality control results. Preferred on board reagent inventory management must have: A system that provides reagent data to include but not limited to lot number and expiration date of reagents and quality control. Barcoding of reagents. On board reagent stability sufficient to accommodate both high and low volume use. Primary tube sampling from evacuated whole blood EDTA collection tubes from various manufacturers. The ability to continuously load patient specimens. The ability to detect short samples if applicable. The ability to perform testing on samples with 0.5 ml of whole blood. The ability to perform mixing of samples on board the analyzer. The ability to measure directly the intensity of the red cell aggregation. Instruction/Operation manual for use and maintenance. Statement of warranty of equipment, minimum one year. The vendor shall provide 24/7 technical support either by phone or onsite support. The contractor will remove all equipment within 90 days after notification of expiration of the terms of this BPA but not until the completion of the new vendor s equipment installation inclusive of completed cross over studies. Each facility, per their protocol, will be responsible for the removal / erasing of the hard drive at analyzer removal / upgrade. If a VA facility chooses to retain the hard drive, it will be at no additional cost to the VA. The vendor must provide education/training on site - basic operating and maintenance training during installations or update to the equipment. Antivirus software will be provided by the vendor at no additional cost. The vendor shall provide the following interfacing requirements for the system: Any additional hardware and software needed to interface the analyzer and technical assistance with interfacing the analyzer. Any required (additional) interface connection license(s). Instrument- LIS interface must be bi-directional. Provide documentation of successful interfacing with other VA facilities (provide two VAMC references to include contact person, address, and telephone number). Interface must use automatic host query to download sample ID s, test requests, and patient demographics. Instrument interface must transmit test results to the host computer system via automatic upload. The system shall be able to store and retransmit records (24 hours of maximum instrument throughput) in case of interface downtime. The vendor is to state how many samples can be stored. The system shall have the ability to edit sample/patient identifier after interface downtime and then be able to resend the sample/patient information to the host for verification. Installation must include all evaluation/comparison data sufficient to satisfy CAP standards. Vendor must provide all cross-over supplies and reagents. . 1.3 Objectives: Provide timely and high quality test services for direct care of veterans through procurement of Automated Erythrocyte Sedimentation Rate analyzers. Enable Hematology Technologists to accurately and quickly report the result to the providers. Place/Period of Performance: Analyzer use is continuous for direct care of veterans in the Hematology section. 2. Tasks: Deliver two Automated Erythrocyte Sedimentation Rate analyzers to the Hershel Woody Williams VA Medical Center, Pathology and Laboratory Medicine Services located 1540 Spring Valley Drive, Huntington WV, 25704. 3. Space/Utilities: The section has sufficient space and utilities for the requested analyzers. 4. Annual volume: 1200 tests/year NOTES All Capability Statements/Responses to this Sources Sought notice shall be submitted via email only to stephanie.henderson3@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted in response to this Sources Sought notice. Responses to this Sources Sought notice must be received no later than 8/14/2020 at 1:00 p.m. (Eastern Standard Time). This Sources Sought notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought notice. DISCLAIMER This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. Please reference the following in your email subject line: 36C24520Q0606 Sources Sought Notice Response End of Notice
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0b425b3189594c85961bb57abca37163/view)
- Place of Performance
- Address: Dept of Veterans Affiars Huntington VAMC AMMS/LAB Service 1540 Spring Valley Drive, Huntington, WV 25407, USA
- Zip Code: 25407
- Country: USA
- Zip Code: 25407
- Record
- SN05740910-F 20200801/200730230156 (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 |