SOLICITATION NOTICE
65 -- Urine Controls, Toxicology, Lypholized, 3 Levels,Quantitative, includes: urine metals,catecholamine, metanephrine, VMA standards andcolumns for high pressure liquid chromatography
- Notice Date
- 9/27/2007
- Notice Type
- Solicitation Notice
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Midwest Health Care System;Attention: Linda Kelly (90C);One Veterans Drive, Building 68;Minneapolis MN 55417
- ZIP Code
- 55417
- Solicitation Number
- VA-263-08-RQ-0014
- Response Due
- 10/18/2007
- Archive Date
- 12/17/2007
- Point of Contact
- Linda Kelly Contract Specialist 612-4672183
- Small Business Set-Aside
- N/A
- Description
- Contractor shall provide to the Department of Veterans Affairs Medical Center, Minneapolis, Minnesota, on an as needed basis all requirements for quantitative urine controls, calibrators, including urine metals, urine toxicology, catecholamine, metanephrine, VMA standards, solutions, and HPLC columns, and tri-level immunoassay controls. The quantitative urine controls must be multi-level lyophilized liquid controls and shall meet all Clinical Laboratory Improvement Act (CLIA) requirements and standards for urine controls. The VAMC Laboratory requires that all products provided under an awarded contract shall provide a minimum of a 30 days stability rate after vial is opened. Quantitative urine controls shall have a minimum of 74 constituents and shall be human CSF based controls. All products provided must be compatible for use on the following brands of VA Minneapolis owned laboratory instrumentation: (a) Abbott Architect and Axsym; (b) IRIS Urine Analyzer; (c) Roche (Boehringer-Mannheim) Hitachi-911; (d) DPC Immulite; (e) Olympus AU400e Analyzer. The product numbers referenced in the solicitation schedule of items are those of Bio-Rad Diagnostic Laboratories, Hercules, California. These products have been previously tested and used by the VA Laboratory Service and have been found to be acceptable. The Brand Name or Equal description in the solicitation is such for identification and is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactorily acceptable to meet the Government's minimum needs. Contractor may offer other than brand name, however, contractor is required to submit clear and convincing evidence that products offered are equal to the brand name and meet the governments minimum requirements. Companies with the ability to provide these items are invited to submit proposals to Linda Kelly, Contracting Officer at the address in this announcement by October 19, 2007, 3:30 PM Central Time.
- Record
- SN01422819-W 20070929/070927223607 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |