Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 25, 2020 SAM #6936
SOURCES SOUGHT

65 -- 531-21-2-028-0011 FilmArray Assays Diagnostics Respiratory Panel 2.1

Notice Date
11/23/2020 7:11:35 AM
 
Notice Type
Sources Sought
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0133
 
Response Due
12/4/2020 10:00:00 AM
 
Archive Date
01/03/2021
 
Point of Contact
Ty D Draszt, Contract Specialist, Phone: 360 553 7612
 
E-Mail Address
Ty.Draszt@va.gov
(Ty.Draszt@va.gov)
 
Awardee
null
 
Description
Sources Sought The Boise VA Medical Center is issuing this sources sought as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for microbiology assays for a base period and 4 option years. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified sources. This is not a request for quotations. The Department of Veterans Affairs, NCO20 is looking for sources of the following: STATEMENT OF WORK (SOW) 1. Contract Title Rapid Syndromic Infectious Disease Diagnostic Instrumentation 2. Background Purchase order is requested to order additional specific products throughout the year necessary to perform rapid syndromic infectious disease diagnostic panels.The assays have included the Respiratory Panel (RP) which simultaneously detects 17 viral and 3 bacterial pathogens from direct respiratory samples and the Gastrointestinal (GI) Panel that tests for 22 of the most common bacterial, viral and parasitic causes of infectious GI disease from direct patient stool samples. 3. Scope Our scope is to acquire specific infectious disease assay panels to expand testing capabilities on the brand name or equal to Biofire FilmArray 2.0 instruments to perform the brand name or equal to BioFire Respiratory Panel 2.1 (RP2.1), Gastrointestinal (GI) Panel, brand name or equal to BioFire FilmArray Meningitis/Encephalitis (ME) Panel, and the brand name or equal to BioFire FilmArray Pneumonia Panel. Time and date of delivery to be determined by the Microbiology Department. 4. Specific Tasks This platform, and accompanying reagents, are used for rapid syndromic infectious disease diagnostic testing at Boise VAMC on veteran s submitted test samples. The vendor provides reagents and test kits compatible with a brand name or equal to Biofire FilmArray 2.0 instrument and will deliver the kits and reagents associated with this contract within a reasonable window of time after ordering has ensued. The vendor will adhere to the priced schedule submitted with the quote of these materials, of which price of shipping is included in the cost of material. The vendor will provide MSD sheets for all media upon request. Times and dates of delivery to be determined by the Boise VAMC Microbiology Department. Specific products that should be orderable are: Respiratory Panel 2.1 (RP2.1) Gastrointestinal (GI) Panel Meningitis/Encephalitis (ME) Panel Pneumonia Panel 4.1 Task 1 - Enterprise Management Controls. Subtask 1 - Integration Management Control Planning. Microbiology employee or supervisor enters request for product from vendor via email, referencing PO# for payment. Vendor ships out product, referencing PO# for payment. Microbiology employee receives product, inspects for discrepancies. Vendor bills for product, microbiology employee checks for delivery completeness. Microbiology Department uses product to perform rapid diagnostic testing for veteran patients. 4.2 Task 2 Contract Management Products are ordered at Boise VAMC by the Microbiology Department. The order is sent to the vendor via email, referencing the correct purchase order given from Fiscal and Contracting. Any delivery delays are sent via email to the purchaser in the Microbiology Department, who coordinates with vendor. Vendor sends invoices for payment to the VA Accounting Department in Austin, TX. Austin Automated Payment System posts the invoices for the laboratory to review, and then the invoices will be certified after confirmation of received items. 5. Performance Monitoring The Microbiology Department must adhere to specific standards for all laboratory consumables. These standards are applied to the products ordered from this vendor. COTR and/or any Microbiology employee are responsible to monitor all products for quality. The microbiology laboratory QA Technologist and Supervisor will monitor the system for minimum performance. In the event performance is compromised by either reagent or instrument failures, the company will be contacted for remediation. 6. Security Requirements There are no security related components to this contract request. The vendor will not have access to protected patient information. Protected patient information will not be input into the vendor computer and the vendor computer associated with the testing instrumentation will not be interfaced with any VA networks 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). There is no government furnished equipment associated with this contract. 8. Other Pertinent Information or Special Considerations. Identification of Possible Follow-on Work. None Identification of Potential Conflicts of Interest (COI). None Identification of Non-Disclosure Requirements. Contractor will not have access to any veteran names or diagnosis. Packaging, Packing and Shipping Instructions. All reagents shall be shipped according to IATA shipping regulations and in accordance with instruction provided by the Microbiology Laboratory at Boise VAMC. Inspection and Acceptance Criteria. Microbiology POC, Supervisor and any other Microbiology employees have specific lab standards to maintain for all products under their care. Upon inspection all reagents shall be shipped according to IATA shipping regulations and in accordance with instruction provided by the Microbiology Laboratory at Boise VAMC. All shipments will be received at the appropriate temperature (storage conditions) commensurate with instrument and reagent standards. 9. Risk Control. Microbiology is responsible and will accept any risks associated with product, notified by vendor. Only quality controlled and verified results will be released to the medical record. 10. Place of Performance. Specific area to receive and work with product from vendor is the Microbiology lab at the Boise VA Medical Center. 11. Period of Performance. Cost per Test Purchase Agreement for the assays will be in effect for 365-day period of a contract year, with options to extend contract for 4 years. Base period: February 1, 2021 through January 31, 2022 Option year 1: February 1, 2022 through January 31, 2023 Option year 2: February 1, 2023 through January 31, 2024 Option year 3: February 1, 2024 through January 31, 2025 Option year 4: February 1, 2025 through January 31, 2026 Potential sources shall provide, at a minimum, the following information to Point of Contact listed below: Company name, address, and point of contact, phone number, e-mail address, and DUNS. Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 325413 In-Vitro Diagnostic Substance Manufacturing. To be considered a small business your company must have fewer than 1,250 employees. Any Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who responds to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. The Non-Manufacturer Rule (NMR) will apply if there is a decision to set-aside the procurement. Potential sources shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This procurement is for new products ONLY; no remanufactured or ""gray market"" items. All products must be covered by the manufacturer's warranty. Responses are due by 12/04/2020 10:00 AM PST, to the Point of Contact. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this source sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Point of Contact: Ty Draszt | Contract Specialist Ty.Draszt@va.gov | 360-553-7612
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1dd628d49b9c46928ddccdda3824b310/view)
 
Record
SN05859478-F 20201125/201123230154 (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 |
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.