Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2023 SAM #8039
SPECIAL NOTICE

65 -- Sole Source Electrophoresis

Notice Date
11/29/2023 9:55:12 AM
 
Notice Type
Special Notice
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0136
 
Response Due
12/4/2023 7:00:00 AM
 
Archive Date
01/03/2024
 
Point of Contact
Christa Stine, Contracting Specialist, Phone: 570-824-3521
 
E-Mail Address
christa.stine@va.gov
(christa.stine@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO SOLE SOURCE The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 4), Philadelphia VA Medical Center is issuing this Notice of Intent (NOI) to inform industry contractors of the Government s intent to execute a Sole Source award IAW FAR 13.106-1(b)(1) and only one responsible source and no other supplies or services will satisfy agency requirements per 41 USC ยง3304(a)(1) as implemented by FAR 6.302-1. STATEMENT OF WORK & SALIENT CHARACTERISTIC A. SCOPE OF PROCUREMENT Pathology and Laboratory Medicine Service (P&LMS), Chemistry section is looking to purchase reagents/gels for Serum/Urine Protein Electrophoresis and Serum/Urine Immunofixation to include the lease of the equipment to perform testing and the densitometer and software to complete the patient reportable results. This request is for a Base plus 4-year term. By doing a reagent rental contract to include equipment and service, P&LMS hopes to utilize the latest and most current state of the art technology to perform this testing with the absolute minimum amount of technologist hands on time. Estimated annual volumes are: Serum Protein Electrophoresis 3250 Urine Protein Electrophoresis 600 Immunofixation (Serum and Urine) 600 Equipment must include testing system, any workstation (computer), UPS (uninterruptable power system), Software and Electronic procedure manual(s). The system must be a Fully Automated Agarose Gel Electrophoresis system to perform serum/urine protein electrophoresis (SPEP/UPEP) and serum/urine immunofixation (SIFE/UIFE). The system must have an on-board, positive patient identification system with primary tube sampling. The system must meet the complete profile as described below. B. DEFINITIONS SPEP - Serum Protein Electrophoresis UPEP - Urine Protein Electrophoresis SIFE - Serum Immunofixation UIFE - Urine Immunofixation C. GENERAL REQUIREMENTS FOR EQUIPMENT 1. Operational Features - The instrumentation offered must have: The capability of being a fully automated agarose gel (zone) electrophoresis system with minimal set up time or hands-on technologist time. Must have on-board, positive patient identification system to track sample from primary tube, to gel, to scanned image on densitometer and final reports for comments and interpretation. Must utilize a bi-directional LIS interface compatible with Data Innovations. (Instrument must be able to import patient demographics and upload result to the LIS) with liquid level sensing for samples. Must have an on-board integrated sample handling (pipetting) system. Must have an integrated sample dilution system. Must be able to delineate status of each gel in process. Must have on screen system alerts. Must have on-board staining, drying and scanning with no gel transfers. Must have the ability to store color coded antisera on board, ready to use. Antisera must be applied using a rigid template to eliminate crossover. Must have automated immunofixation with Auto press and Autoblot capabilities. Must have automatic pairing of patient protein and IFE results. Must have the ability to print out the patient paired protein and IFE results on one report form. Must have a customizable auto interpretation feature. Must be able to load ten (10) agarose gels prior to onset of operation. Must be able to pipette a minimum of 28 samples per gel for protein electrophoresis with a maximum of 756 patients in an 8-hour day. Must be able to pipette a minimum of 4 samples per gel for IFE with a maximum of 100 patients in an 8-hour day. Must be able to perform SPEP and IFE s together in the same run setup. Training - The vendor must provide an on-site instrument training program for up to ten (10) staff members at no additional charge. This will include training on the operation of the system, data manipulation, and basic troubleshooting and repair. Vendor must work with CMCVAMC on validation and correlation. Vendor must provide the reagents necessary for a minimum of 40 patients for correlation, validation and training at no additional charge. Vendor must provide a 1-year renewable contract with up to 4 additional renewals. Vendor is required to provide delivery, installation, and removal of equipment (when required) at no additional charge. D. EVALUATION OF OFFERS The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation factors: Equipment footprint/physical & software characteristics (Technical) Breadth of Menu (Technical) Performance reliability and ease/efficiency of operation (Technical). Consideration will be given to comparison of College of American Pathologist users on proficiency survey reports, equipment reliability, records of maintenance service, operator maintenance requirements, reagent handling, inventory control management, quality control maintenance and quality control management. Price (Non-technical) Price means the proposed cost to purchase the reagents to perform the test. All equipment service and maintenance is included as well as any other consumables that are needed. The satisfaction of the technical factors is significantly more important than price. As technical factors become more equal, the importance of price may become more significant. All orders placed against this Agreement shall be by authorized individuals within the scope of their authority as designated by the facility participating in this agreement. Unless otherwise agreed to, all deliveries must be accompanied by delivery tickets or sales slips that contain the following information as a minimum: Contractor Name Date of purchase Date of shipment Description of each item, including (when applicable) model number and Special Item Number (SIN) Quantity for each item in the order Unit price and extended (quantity x unit price) price for each item. E. CANCELLATION Cancellation of this agreement will be based upon VA funding appropriations. In addition, either party may terminate this agreement at any time upon at least thirty (30) days written notice to the other party s contracting official. END The place of performance is Michael Crescenz Medical Center, Philadelphia VA 3900 Woodland Avenue, Philadelphia, PA 19104. This action will result in a Firm-Fixed Price Contract. The intended Contractor is Helena Laboratories Corporation located at 1530 Lindbergh Drive, Beaumont, TX 77707. The North American Industry Classification System (NAICS) for this requirement is, 325413, In-Vitro Diagnostic Substance - Product of Service Code for this requirement is 6550, Drugs and Biologicals. The Small Business Administration (SBA) size standard for this sector is 1250. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made based on unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. The Government anticipates the award of a Firm-Fixed- Price contract. A determination by the Government whether to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competition. 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. This notice of intent is not a request for quotations. All Interested parties who are responsible, certified, and capable may express their interest by providing a capabilities statement NLT December 4, 2023, at 10:00 AM EST. The point of contact for this action is Contracting Specialist, Christa Stine who can be reached at: christa.stine@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/39b6f11e896e46cd802a5b0abfcb7877/view)
 
Record
SN06897280-F 20231201/231129230053 (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.