SOURCES SOUGHT
66 -- This is Not a Request for Quote Reagents Testing Kits for - Lyme, Cytomegalovirus, Measles, Mumps, Rubella, and Varicella-Zoster Virus
- Notice Date
- 10/26/2020 12:20:23 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24421Q0059
- Response Due
- 11/6/2020 12:00:00 PM
- Archive Date
- 11/09/2020
- Point of Contact
- andrew.taylor3@va.gov, Andrew Taylor, Phone: (724) 285-2533
- E-Mail Address
-
Andrew.Taylor3@va.gov
(Andrew.Taylor3@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. Please provide a capability statement (see instructions below the Statement of Work) and authorized distribution letter if applicable to Andrew Taylor, Contract Specialist by email andrew.taylor3@va.gov by 11-06-2020 at 15:00 EST; reference Source Sought Notice 36C24421Q0059 in the subject line of the email. STATEMENT OF WORK (SOW) Pittsburgh VA Medical Center Microbiology Lyme, Cytomegalovirus, Measles, Mumps, Rubella, and Varicella-Zoster Virus Government Point of Contact Name: Jason Tedrow Section: Acquisitions-Veterans Affairs Address: University Drive C Pittsburgh, PA 15240 Phone Number: Ph# 412-360-1534 E-Mail Address: Jason.Tedrow2@va.gov 2. Contract Title Kits for Lyme, Cytomegalovirus (CMV), Measles, Mumps, Rubella, and varicella-zoster virus (VZV) testing. 3. Background This contract is required as it is driven by policy to offer the best methodologies and services available that specifically addresses both quality of product and reliability. In order to keep up with increased workload demands a fully automated test system that can provide automated, high throughput Chemiluminescent Immunoassay (CLIA) testing for CMV, Lyme, Measles, Mumps, Rubella, VZV testing is now standard. 4. Scope This contract includes all of the kits and controls associated with performing routine CMV IgG and IgM, Lyme, Measles, Mumps, Rubella, VZV testing on a daily basis. This contract is specifically for the use of the Pittsburgh VA Medical Center Microbiology section only. 5. Specific Tasks. This contract is required to provide expedited ordering for necessary consumables required to perform routine and esoteric microbiology and virology immunoassay testing as required for the Pittsburgh VA Medical Center. These items will be permitted to be ordered as needed by the Pittsburgh VA. The contract will include provisions for these items to be ordered as needed by the Pittsburgh VA and if needed in an emergency basis. The contract will state that direct ordering can be performed Mon-Fri and that the vendor will be responsible to ship the items as per their shipping schedule. The cost of using the instrumentation will be factored into the cost of reagents as this is designed to be a reagent rental style agreement. The instrumentation must be able to interface with the existing VA network and be Windows 10 compatible if applicable. We require CLIA technology to provide higher throughput and increased sensitivity for lower analytic concentrations. We required a fully automated analyzer able to run multiple tests at one time, as opposed to running 1 assay at a time, for improved patient result turnaround times. The selected vendor must be able to provide an analyzer that possesses random access capabilities for all of our infectious disease testing. The selected vendor must provide computer software that can track quality controls trends due to the CLIA use of calibration curves. The selected vendor s analyzer must be able to hold up to 15 reagents on board at the same time and has a database backup and which retains both patient and quality control data. Training will be provided at no charge. 5.1 Task 1 Technical and Field Service All technical and field service will be included by the vendor at no cost to the Pittsburgh VA. Technical support must be available by phone 7 days a week from 8am-5pm. On site service must be available within 24 hours after notification that an issue is not able to be resolved using technical service Monday thru Friday. 5.2 Task 2 Kit Configurations Deliverables: Routine kits, buffers, and consumables are ordered as needed. These will be ordered as needed and costs will go towards the assigned purchase order number. The kits/products required are as follows: CMV IgG Assay CMV IgM Assay Measles IgG Assay Borrelia burgdorferi IgG Assay Borrelia burgdorferi IgM Assay MUMPS IgG Assay RUBELLA IgG Assay VZV IgG Reagent Control CMV IgG Control CMV IgM Control Measles IgG Control Borrelia burgdorferi Control Mumps IgG Control Rubella IgG Control VZV IgG Estimated quantities and prices for these reagents have been listed in the IGCE attached to this package. Kevin Frank and Victor Sierra will be the two obligated ordering officials who will call to place orders on an as needed basis. 6. Performance Monitoring It will be the responsibility of the Pittsburgh VA Medical center Immunology/Microbiology Supervisor/designee to monitor all performance issues with the vendor. Timely delivery of supplies, quality of product, and Mon-Fri direct ordering will be evaluated and compared to the terms of the contract. 7. Security Requirements In accordance with VA policy, contractors storage, generation, transmission or exchanging of VA sensitive information requires appropriate security controls to be in place. 8. Other Pertinent Information or Special Considerations. It is the policy of the Pittsburgh VA Medical Center Immunology/Microbiology laboratory to encourage and actively solicit competitive bids from all vendors competing for similar business. a. Inspection and Acceptance Criteria. All received products and goods are examined for quality and acceptability without exception. Acceptable products are signed for by the laboratory. 9. Place of Performance. The supplies will be located in room 2NW120 (VIDAS refrigerator). No contractor travel expenses are included in this contract. 10. Period of Performance The period of performance under the resulting contract will be one year beginning March 1, 2021 to February 28. 2020. In addition, the government contemplates four additional option years. 13. Delivery Schedule. All required items will be ordered as needed directly by the lab and delivered within one (1) week. All vendor shipped items will be delivered in a vendor determined format. Instructions The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334516. Please answer the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. This Request for Information will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to andrew.taylor3@va.gov no later than, 03:00 PM Eastern Standard Time (EST) on November 6, 2020. Reference the Request for Information number in the subject of the email 36C24421Q0059.This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Officer, Andrew Taylor. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.sam or General Services Administration e-Buy (GSA) web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at andrew.taylor3@va.gov reference the Request for Information number in the subject of the email 36C24421Q0059. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Request for Information. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/129280cd7c4b4272b561a0394f87f620/view)
- Place of Performance
- Address: VA Pittsburgh Healthcare System University Drive C, Pittsburgh 15240, USA
- Zip Code: 15240
- Country: USA
- Zip Code: 15240
- Record
- SN05838355-F 20201028/201026230140 (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 |