DOCUMENT
Q -- HEMOGLOBIN A1c TESTING - Attachment
- Notice Date
- 12/23/2010
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA VHA SAO Central VISN 10 Contracting;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville, OH 44141-3204
- ZIP Code
- 44141-3204
- Solicitation Number
- VA25011RP0054
- Archive Date
- 2/21/2011
- Point of Contact
- Harvey J. McGowan
- E-Mail Address
-
.mcgowan@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number VA-250-11- RP-0003 is being issued as Request for Proposal (RFP) and the intent is to award a firm fixed price contract for supplies/reagents. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This requirement is a partial small business set-aside for commercial items under the North Atlantic Industrial Classification System (NAICS) 334516 the business standard size is 500 employees. If no small business can be found to satisfy the requirements, then a large business may be considered. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10000 Brecksville Rd, Brecksville, OH 44141, is seeking Proposals. Any proposals with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Proposal shall contain a proposed delivery and installation (applicable). The place of delivery is the Pathology Department, a service division of the Louis Stokes Cleveland Department of Veterans Affairs Medical Center, 10701 East Blvd., Cleveland, OH 44106. There shall be no site visit for this procurement. The period of performance is for eighteen months (18) or less from date of award. PRICING: Offeror shall provide pricing as described in requirements below. The total price offered shall include all charges (e.g., to include but not limited to installation, maintenance, and training). LINE ITEMS: Hemoglobin A1c Testing System, that conforms to the following requirements: 1.Location : Louis Stokes Cleveland Veteran Affairs Medical Center (VAMC), Pathology & Laboratory Medicine Service (PALMS), Canton Community Based Outpatient Clinic (CBOC), located at 733 Market Ave. South, Canton, Ohio 44702. 2.Order and Delivery: a. Orders for consumables (reagents & supplies) will be either called in by phone, faxed, or ordered online to the vendor as needed. b. The vendor will deliver supplies/reagents/consumables to the Louis Stokes Cleveland VAMC CBOC within 3-5 business days (Monday through Friday) for reagents and 60 - 90 days for equipment. c. Vendor will ship supplies and reagents at no cost to the VAMC CBOC. 3.Contact Persons: To be named. 4.Invoicing/ Credit Cards (Payment): Invoices are to be mailed to Kristine A. Dixon monthly. The mailing address is: Louis Stokes Cleveland VA Medical Center P&LMS 113(W) - ATTN: To be named 10701 East Blvd. Cleveland, Ohio 44106 The vendor will accept the government's payment only credit cards as a method of payment. 5. Specifications of Product To Be Provided : a.Cost per test arrangement, i.e. as set cost will be negotiated for all required testing. Cost of reagents, consumables, equipment, and maintenance will be figured so that a set cost for each test result remains constant. b.Fully automated system that is capable of directly measuring total A1c hemoglobin by High Performance Liquid Chromatography (HPLC). Contractor must supply all instrumentation, reagents, HPLC cartridges or columns, and calibrators. HPLC is the method of choice for hemoglobin A1c analysis. c.The system must be certified by the national Glycohemoglobin Standardization Program (NGSP) and be traceable to the Diabetes Control and Complications Trial (DCCT) reference method. The instrument provided shall perform all analyses for the required tests with precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical Laboratory Standards Institute (CLSI). d.The system must have primary tube sample loading capacity with automatic barcode reading of whole blood tubes. Must be cap piercing and require no pretreatment of specimens. It must be able to dilute and inject the sample for analysis by HPLC with minimal intervention by the operator. Must be able to accommodate different primary sampling tubes with continual loading. e.System must have bi-directional HL7 interface capabilities to down load work lists from VISTA/Data Innovations (DI) to the instrument and upload results directly to VISTA/DI. System must already be interfaced to VISTA somewhere in the VA. f.Software for operation must be user friendly. g.Dimensions: Instrumentation cannot exceed 11' wide x 28" deep x 27" high. h.Minimum Throughput: 40 samples per hour i.Barcode Scanning: Equipment must have barcode capability and be compatible with common laboratory barcode platforms, including code 128 and code 39. j.UPS system must be included. k.Instrument must be able to store a minimum of 3,000 patient results for data review/search. l.The must be minimal daily maintenance, such that the analyzer is not required to be down for more than 20 minutes per day. Easy access to perform maintenance. m.Calibration must be easy to perform and must maintain stability on the analyzer between calibrations. Calibrators must be traceable to a recognized national standards organization as state by the Clinical Laboratory Standards Institute (CLSI) and/or the College of American Pathologists (CAP). Equipment should run no less than 400 samples between calibration. n.Test kits should contain a minimum of 2,000 tests per kit to minimize the maintenance and calibration. o.Software allows run to stop if quality control fails to avoid loss of entire run. Instrument must be capable of an "auto-stop" at end of the run and if left idle for more than one hour, initiate a self cleaning and shutdown. p.Printer uses regular full size paper q.Equipment will have ability to connect the waste to a drain. r.Current workload is approximately 72,000 tests a year. Contractor will provide two instruments, at no cost to the government, to accommodate the workload. 6. Installation and Support: a.Vendor will participate in installation planning meeting with VA staff prior to delivery by phone. b.Operator training for a minimum of 2 VA staff members must be provided by the vendor at no additional cost. Training must be provided on-site. c.Vendor will provide on-site technical support to perform installation and validation (linearity, precision, accuracy, comparability, sensitivity, analytical measurement range validation, and clinical measurement range validation as required to meet College of American Pathologist standards. d.If unable to obtain within the VA facility, the vendor will make specimens with reactive and non-reactive results for each analyte available for start up studies. e.The vendor will provide technical support by phone during normal business hours, Monday - Friday, 8:00 am to 4:30 pm, Eastern Standard Time. 7. Product Returns: Full credit will be given for all products recalled by the vendor. 8. Responsibilities of the Contractor (1)Provides on-site preventative maintenance twice a year during normal business hours (M-F 7am-4:30 pm). Provides on-site repairs/service as needed. Field service representatives will present to the VA no later than 24 hours after service call is initiated. (2)All of the Contractor's products will meet the requirements of FDA, state and local law. (3)The contractor will properly package and ship all products according to OSHA and ODOT requirements and will include with each shipment an itemized shipping/packing list. (4)Contractors shall promptly notify Cleveland VAMC by telephone if the products requested are not available in the quantity ordered within the specified time. (5)The contractor will supply the MSDS sheets, operator's manual, assay manual, and if available, a procedure manual on CD to Cleveland VA Medical Center. (6)Contractor will notify Cleveland VAMC, in as timely a manner as is feasible, when information subsequently becomes available to indicate that a product lot demonstrated inaccuracies or discrepancies that could have influence patient results. PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. 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. (1) Technical capability. Additionally, any potential offeror quoting a brand equivalent must supply supporting documentation that the product Proposal is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Proposal for each line item, including but not limited to the requirements listed above. Technical and past performances when combined are significantly more important than price. The provision at VAAR 852.211-77, Brand Name or Equal applies. The items called for by this RFP have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Proposals offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the Proposal and are determined by the Government to meet fully the salient characteristics requirements listed in the RFP. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their Proposal. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the Proposal submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. FAR Clauses: 52.219-6 - Notice of Total Small Business Set Aside, 52.222-3 - Convict labor, 52.222-19 - Child Labor- Cooperation with Authorities and Remedies, 52.222-21 - Prohibition of Segregated facilities, 52.222-26 - Equal Opportunity, 52.222-35 - Equal Opportunity for Special disabled veterans, Veterans of the Vietnam Era and other eligible Veterans, 52.222-36 - Affirmative action for workers with disabilities, 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans, 52.225-1 - Buy American Act- Supplies. 52.252-2 - Clauses Incorporated by Reference - The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Harvey J. McGowan, Contract Specialist by e-mail only. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals and accompanying information are due no later than four (4) p.m. EST Tuesday, December 29, 2010. Technical questions and Proposals must be sent by email to Harvey.Mcgowan@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25011RP0054/listing.html)
- Document(s)
- Attachment
- File Name: VA-250-11-RP-0054 VA-250-11-RP-0054.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168263&FileName=VA-250-11-RP-0054-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168263&FileName=VA-250-11-RP-0054-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-250-11-RP-0054 VA-250-11-RP-0054.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=168263&FileName=VA-250-11-RP-0054-000.doc)
- Record
- SN02350247-W 20101225/101223233832-fe8229eabcd6d32a80585aa33ba012dc (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 |