Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2024 SAM #8312
SPECIAL NOTICE

65 -- Intent to Sole Source - Roche Diagnostics Corp

Notice Date
8/28/2024 9:49:34 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
36C263-24-AP-3242
 
Response Due
9/4/2024 3:00:00 PM
 
Archive Date
09/19/2024
 
Point of Contact
Joey Bloomer, Phone: 5156995549
 
E-Mail Address
joseph.bloomer@va.gov
(joseph.bloomer@va.gov)
 
Description
Statement of Work Microbiology Laboratory - COVID, HIV, HCV, HPV, CTNG and eGFR reagents 1.� Basic Requirement: The Minneapolis VA Health Care System Microbiology Laboratory, located at 1 Veterans Drive, Minneapolis, MN 55417, hereinafter referred to as MVAHCS, is in need of a contract to provide highly specialized FDA approved COVID, HIV, HCV, HPV, CTNG and eGFR reagents, controls and consumables which must be approved for use our owned Roche COBAS 6800 analyzer and Roche COBAS 480Z analyzer.� These items are further specified in the schedule of items. 2.� Contract Type and Terms: 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 effective period of the contract shall be from 10/1/24-9/30/29. The Periods of Performance will be: Base Ordering Period:� 10/1/24-9/30/25 Ordering Period 2:� 10/1/25-9/30/26 Ordering Period 3:� 10/1/26-9/30/27 Ordering Period 4:� 10/1/27-9/30/28 Ordering Period 5:� 10/1/28-9/30/29 3.� Estimated Quantities: The quantities 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 listed.� All products will be requested on an �on demand, as needed� basis. � Schedule of Items: Item # Description Stock # Qty 1 KIT COBAS 58/68/8800 WASH IVD 6997503190 146 2 KIT COBAS 58/68/8800 SPEC DIL RGNT IVD 6997511190 48 3 KIT COBAS 58/68/8800 LYS RGNT IVD 6997538190 47 4 KIT COBAS 58/68/8800 MGP IVD 6997546190 76 5 cobas omni Processing Plate 5534917001 45 6 cobas omni Amplification Plate 5534941001 24 7 cobas omni Pipette Tips 5534925001 89 8 Solid Waste Bag With Insert Set of 20 8030073001 20 9 KIT COBAS 6800/8800 SARS-COV-2 480T 9343733190 2 10 KIT COBAS 6800/8800 SARS-COV-2 RMC 9175440190 10 11 KIT COBAS 6800/8800 BUFF NEG RMC IVD 7002238190 10 12 KIT COBAS 58/68/8800 SARS-COV-2 192T IVD 9446109190 4 13 KIT COBAS 58/68/8800 CT/NG 480T IVD 9040501190 12 14 KIT COBAS 58/68/8800 HPV 480T IVD 9040544190 20 15 KIT COBAS PCR URINE 100 PKT IVD 5170486190 20 16 KIT COBAS PCR MEDIA UNI SWB 100 PKT IVD 7958030190 17 17 KIT COBAS 58/68/8800 BUFF NEG RMC 9051953190 36 18 KIT COBAS 58/68/8800 CT/NG RMC IVD 9040510190 22 19 KIT COBAS 58/68/8800 HPV RMC IVD 9040552190 23 20 KIT COBAS 58/68/8800 HCV 192T IVD 9040765190 6 21 KIT COBAS 58/68/8800 HIV 192T IVD 9040803190 8 22 KIT COBAS 58/68/8800 HBV/HCV/HIV RMC IVD 9040773190 18 23 KIT COBAS 58/68/8800 NHP NEG RMC 9051554190 10 24 KIT COBAS EGFR AMP/DET V2 24T IVD 7248563190 4 25 AD-plate 0.3ml 5232724001 6 26 KIT COBAS PCR MEDIA TUBE REPLACEMENT CAP 7958056190 3 27 KIT DNA ISOLATION 24T IVD 5985536190 20 28 KIT COBAS 58/68/8800 SARS-COV-2 RMC 9446117190 1 4.� Customer Service/Technical Support: A contractor 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 via contractor�s preferred method on an on-demand, as-needed basis by the MVAHCS. A list of approved personnel will be provided at the request of the contractor.� Contractor shall provide the following preferred ordering information: Preferred method of ordering: _________________________________ Telephone Number: _________________________________________ Email address: ______________________________________________ 6.� Delivery All supplies shall be delivered FOB Destination to the MVAHCS (unless otherwise indicated on 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 contractor�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 contractor�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 contractor shall replace and/or reimburse recalled or defective products at no cost to the government.� The contractor shall provide MVAHCS with a listing of the contractor�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. All products must be delivered with at least 2/3 of the shelf-life remaining.� The manufacturer will provide a shelf-life list (time from production to outdate), for each product, if requested. 8.� Changes/Modifications: Changes in the pricing, terms or conditions of this agreement may only be made by written agreement of the parties.� All modifications for changes in the prices, terms or conditions of this agreement will be prepared for signature by the VISN 23 Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ae138254133e4404bf0edbb415757eed/view)
 
Place of Performance
Address: Minneapolis, MN 55417, USA
Zip Code: 55417
Country: USA
 
Record
SN07189498-F 20240830/240828230122 (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.