Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2024 SAM #8202
SPECIAL NOTICE

65 -- Notice of Intent to Sole Source for Minneapolis VAMC Histology Reagents for Bladder Cancer Requirement

Notice Date
5/10/2024 10:32:16 AM
 
Notice Type
Special Notice
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26324Q0770
 
Response Due
5/17/2024 3:00:00 PM
 
Archive Date
05/22/2024
 
Point of Contact
Jeffrey Brown, Contracting Officer, Phone: 651-293-3009
 
E-Mail Address
Jeffrey.Brown8@va.gov
(Jeffrey.Brown8@va.gov)
 
Awardee
null
 
Description
The Department of Veterans Affairs, Network Contracting Office 23 intends to award a sole source contract under the authority of FAR 13.106-1(b), to Abbott Molecular Inc. Contractor shall provide highly specialized urine-based fluorescence in situ hybridization (FISH) testing reagents used to aid in the diagnosis of bladder cancers, specifically by detecting aneuploidy for chromosomes 3,7,17 and loss of the 9p21 locus via FISH. These reagents must be approved by the FDA for use on our owned VP2000 FISH Processor. A draft Statement of Work is included below. This notice of intent is not a request for quotations; interested parties may express their interest by providing a capabilities statement no later than 17:00 Central Time, May 17th, 2024. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required services. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to Announcement, Notice of Intent. If after 17:00 Central Time, May 17th, 2024, no viable responses have been received in response to this announcement, Department of Veterans Affairs shall negotiate solely with Abbott Molecular Inc. 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 Officer Jeffrey Brown, who can be reached at Jeffrey.Brown8@va.gov. STATEMENT OF WORK Histology fluorescence in situ hybridization (FISH) reagents for bladder cancer diagnosis 1. Basic Requirement: The Minneapolis VA Health Care System Histology Laboratory, located at 1 Veterans Drive, Minneapolis, MN 55417, hereinafter referred to as MVAHCS, is in need of a contract to provide highly specialized urine-based fluorescence in situ hybridization (FISH) testing reagents used to aid in the diagnosis of bladder cancers, specifically by detecting aneuploidy for chromosomes 3,7,17 and loss of the 9p21 locus via FISH. These reagents must be approved by the FDA for use on our owned VP2000 FISH Processor. Abbott UroVysion continues to be the only FDA urine-based test used to aid in the diagnosis of bladder cancers validated to run on the VP2000. 2. Contract Type and Term: The MVAHCS will award a five-year, firm, fixed-price, indefinite delivery indefinite quantity contract for all items listed in the Schedule of Items. Contract use will be limited to the MVAHCS. The ordering period shall be from 10/1/24-9/30/29. The pricing periods of the ordering period will be: Base pricing Period: 10/1/24-9/30/25 Pricing Period 1: 10/1/25-9/30/26 Pricing Period 2: 10/1/26-9/30/27 Pricing Period 3: 10/1/27-9/30/28 Pricing Period 4: 10/1/28-9/30/29 3. Estimated Quantities: The quantities as listed in the Schedule of Items are estimated annual requirements. The MVAHCS attempts to be as accurate as possible when providing estimated quantities, however, actual quantities required may vary from quantities as listed. All products will be requested on an on demand, as needed basis. Schedule of Items: Item # Description Stock # Qty 1 PROBECHECK CTRL SLIDES BLADDER CA KIT 02J2711 3 2 VYS UROVYS 20T 30-161070 BLADDR CANCER 02J2725 6 3 20 X SSC 500g 02J1032 5 4 VYS VP2000 120ML 2M MGCL2 30-801266 02J0930 3 5 VYS VP2000 2X250MG PROTEASE I 32-801260 02J0832 7 6 VYS VP2000 500ML PROT BUFF 30-801255 02J0730 11 4. Customer Service/Technical Support: A company representative shall be available to the MVAHCS during the contract period to review the account, provide product information, handle problems or defective merchandise (if required) and address any other issues or concerns that may arise. Technical telephone support must be available Monday through Friday between 8:00am and 5:00pm. Telephone response time shall be within four (4) hours of notification. 5. Ordering Procedures: Orders will be placed online on an on-demand, as-needed basis by the MVAHCS. A list of approved personnel will be provided at the request of the vendor. Vendor shall provide the following preferred ordering information: Vendor s Contact Person:______________________________________ Telephone Number:__________________________________________ FAX Number:________________________________________________ Email Address:_______________________________________________ 6. Delivery: All supplies shall be delivered FOB Destination to the Minneapolis, Minnesota VA Medical Center (unless indicated otherwise in the response to the solicitation) and shall arrive at the MVAHCS no later than 5 calendar days after receipt of an order. Deliveries shall be made to: VA Medical Center, Bldg. 70 Warehouse (90D), PO# _________ One Veterans Drive Minneapolis MN 55417 Delivery Times: Between 8:00am and 3:30pm (Monday-Friday except Federal Holidays) All deliveries shall be accompanied by a packing slip which shall contain vendor s name, purchase order number, date of order, date of delivery, itemized list of products furnished including product description and quantity shipped. 7. Product Quality: All products offered to the MVAHCS must be of the same consistent high quality as would be offered to the general commercial public in the United States. All products are purchased subject to acceptance by the MVAHCS. Products will be rejected if found unsatisfactory by the MVAHCS when they are received, or later if deterioration of the product occurs before the outdate. The MVAHCS will not be financially liable for unacceptable materials. Any substitutions of product must have the written approval of the MVAHCS and the VISN 23 Contracting Officer. All defective or inferior products must be replaced within 48 hours at no cost to the MVAHCS. The MVAHCS is not required to return unacceptable product. It is the vendor s responsibility to provide the MVAHCS with recall notices on any product that has been delivered to this facility that may be defective. Notification shall be made via the most expedient method. The vendor shall replace and/or reimburse recalled or defective products at no cost to the government. The vendor shall provide MVAHCS with a listing of the vendor s products that are considered hazardous. The listing should also include a determination as to what can be considered harmless to be disposed of by normal methods, such as disposing in the sink or trash. SDS shall be available upon request. To assure rotation of stock at the distributor, each lot of a product received must have an outdate later than previously received. Only one lot number per product may be shipped per order. Multiple lot numbers per product per order will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1b2b3d8bd67b46a08dbaa0804990dc0b/view)
 
Record
SN07059797-F 20240512/240510230041 (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.