Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2015 FBO #4991
DOCUMENT

65 -- Histology and Immunohistochemical Stainer - Attachment

Notice Date
7/22/2015
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24915N0667
 
Response Due
7/28/2015
 
Archive Date
8/27/2015
 
Point of Contact
Crystal Baird
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE The Department of Veteran Affairs Medical Center, NCO 9 Network Contracting Office, Murfreesboro, TN is issuing this sources sought synopsis as a means of conducting market research to gain knowledge of potential sources and their size classification having an interest in, and the resources to support this requirement for a one IHC Stainer, one Special Stainer, and all reagents, related statins, antibodies, and consumables for a period of performance of 10/1/2015 - 09/30/2016. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334516. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential resources to support this requirement, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Please provide contract number if your product is offered under a FSS contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions Submission Instructions: Interested parties who consider themselves qualified to provide this requirement are invited to submit a response to this Sources Sought Notice via email to crystal.baird@va.gov by July 28, 2015 NLT 7:00AM CST. GENERAL REQUIREMENTS - BRAND NAME OR EQUAL SUBMISSION The Department of Veteran Affairs Medical Center, NCO 9 Network Contracting Office is seeking vendors who can provide the following line items, brand name or equal, based on the descriptions below. All brand name or equal responses shall provide information that shows they meet or exceed the required specifications/features. SCOPE OF WORK: The Contractor shall provide: TECHNICAL SPECIFICATIONS/STATEMENT OF WORK FOR IHC STAINER, SPECIAL STAINER, REAGENTS, RELATED STAINS, ANTIBODIES, CONSUMABLES, AND SERVICE CONTRACT The purpose of this contract is to provide one ROCHE BenchMark ULTRA (FS) Immunohistochemical Stainer, one ROCHE NexES Special Stainer, all reagents, related stains, antibodies, consumables, and a service contract to James H. Quillen VA Medical Center, Corner of Veterans Way and Lamont Street, Mountain Home, TN 37684. The above items are necessary to produce quality stained slides which are evaluated by pathologists and aid in making patient diagnosis. This is an immediate need for the Histology section of the Pathology and Laboratory Medicine Service. 1.BASIC REQUIREMENT: The James H. Quillen VAMC, Pathology and Laboratory Medicine department has a requirement for one IHC Stainer, one Special Stainer, all reagents, related stains, antibodies, consumables, and a service contract. The vendor must provide the following: 1. Vendor must offer both IHC and Special Stainer. 2. IHC and Special Stainer must be capable of completing multiple runs during an 8 hour day. 3. The vendor must offer bulk reagents. 4. Both the IHC and special stainer must work from one computer. 5. Both the IHC and special stainer must be bar code driven. 6. Both the IHC and special stainer must have walk away automation. 7. Both the IHC and special stainer must have prepackaged reagent kits-no mixing. 8. Button and barcodes automatically register and locate staining kits and slides. 9. Both the IHC and special stainer must automatically track insufficient reagent quantity and alert for tests remaining. 10. The IHC must have continuous and random access. 11. Both the IHC and special Stainer must have easy slide insertion- with no extra pieces to position. 12. Both the IHC and special stainer must have no surprise extensions of time when slides are added during the run. The vendor must provide run times. 13. Both the IHC and special stainer require barcoded slide labels for fast slide ID. 14. Both the IHC and special stainer require easy to read, printable staining reports. 15. Both the IHC and special stainer require reduced exposure to harmful chemicals. 16. Both the IHC and special stainer must be free standing. 18. Both the IHC and special stainer must offer multi-parameter staining. 19. Both the IHC and special stainer must offer Automated Baking. 20. Both the IHC and special stainer must have minimum of 35 reagent positions. 21. Both the IHC and special stainer must have barcoded reagents. Instrument must have capability to ensure that one can't use reagents if they are expired or if the volume of the reagents is insufficient to complete the run. 22. Vendor must include preventive maintenance visits, visits to site to repair instrument when down, and technical support call line as part of the contract. 23. Vendor must provide one training slot for the Immunohistochemical stainer and special stainer. The class shall include Air flight, Hotel, transportation from the airport, breakfast, and lunch. This will be a Firm Fixed Price Contract. 2.ESTIMATED QUANTITIES The quantities as are estimated yearly volumes. James H. Quillen VAMC Pathology and Laboratory Medicine Service attempts to be as accurate as possible when providing estimates of quantities that will be used, however, actual quantities required may vary from quantities as listed. Mat #Item Est. Quantity 1358501LABEL, BLANK, FLAP, 540 ROLL16.0 1632900RIBBON, EBAR PRINTER2.0 1637700ASSY, PREP KIT, BM, BM XT, BM LT 22.0 1706900ASSY, INSTALL KIT SLIDES 1.0 1750201ASSY,REAG.DISP.CARD,PREPKIT 1,BENCHMARK 1.0 1750202ASSY,REAG.DISP.CARD,PREPKIT 2,BENCHMARK5.0 1750203ASSY,REAG.DISP.CARD,PREPKIT 3,BENCHMARK1.0 1750204ASSY,REAG.DISP.CARD,PREPKIT 4,BENCHMARK3.0 1750205ASSY,REAG.DISP.CARD,PREPKIT 5,BENCHMARK3.0 1750206ASSY,REAG.DISP.CARD,PREPKIT 6,BENCHMARK 3.0 1750207ASSY,REAG.DISP.CARD,PREPKIT 7,BENCHMARK 3.0 1750208ASSY,REAG.DISP.CARD,PREPKIT 8,BENCHMARK 3.0 1997702REAG.DISP.CARD,PREPKIT 3,250-SERIES TEST 1.0 250-009LIQUID COVERSLIP LOW TEMPERATURE9.0 650-210BENCHMARK ULTRA LCS72.0 760-080AMPLIFICATION KIT, CE 12.0 760-1028NEUVISION BLOCKING REAGENT10.0 760-2018PROTEASE 1 4.0 760-2021HEMATOXYLIN23.0 760-2037BLUING REAGENT 24.0 760-219VENTANA ANTIBODY DILUENT WITH CASEIN 6.0 760-2504CONFIRM anti-CD15 (MMA) PAB, IVD1.0 760-2505CONFIRM anti-CD45 (LCA) (RP2/18) PAB1.0 760-2506CONFIRM ANTI-PSA (polyclonal) Primary An1.0 760-2514CONFIRM anti-Kappa Rabbit Polyclonal Pri1.0 760-2515CONFIRM anti-Lambda Rabbit Polyclonal Pr1.0 760-2519Anti-CHROMOGRANIN A (LK2H10) PAB1.0 760-2523CONFIRM anti-S100 (polyclonal) PAB2.0 760-2531CONFIRM anti-CD20 (L26) PAB2.0 760-2595Anti-Keratin, Pan (AE1/AE3 & PCK26) PAB4.0 760-2601CELL MARQUE, MUSCLE SPECIFIC ACTIN1.0 760-2603CELL MARQUE REAGENT, ALPHA-FETOPROTEIN1.0 760-2659CELL MARQUE, MYELOPEROXIDASE1.0 760-4241Cell Marque, bcl-61.0 760-4248CD-138 (B-A38)1.0 760-4249Cell Marque, CD611.0 760-4350HEPATOCYTE SPECIFIC ANTIGEN (OCH1E5) PRI1.0 760-4383EP-CAM (Ber-EP4) PAb, Cell Marque1.0 760-4395Podoplanin (D2-40) PAb, Cell Marque1.0 760-4446Napsin A (Polyclonal)4.0 760-4595Synaptophysin (MRQ-40) PAB2.0 760-4596CD56 (MRQ-42) PAB2.0 760-4786NSE (MRQ-55) PAB1.0 760-4801ARGINASE-1 (SP156) PAb1.0 760-500ULTRAVIEW UNIVERSAL DAB DETECTION KIT21.0 760-501ULTRAVIEW UNIVERSAL AP RED DETECTION KIT 9.0 771-751NEXES REAGENT DISPENSER CARD, OPTION 1 15.0 771-755NEXES REAGENT DISPENSER CARD, OPTION 5 5.0 783-2851PREP KIT 1, (100) BM, BM XT 1.0 783-2852PREP KIT 2, BENCHMARK5.0 783-2853PREP KIT 3, BENCHMARK 2.0 783-2854PREP KIT 4, BENCHMARK 3.0 783-2855PREP KIT 5, BENCHMARK 3.0 783-2856PREP KIT 6, BENCHMARK 3.0 783-2857PREP KIT 7, BENCHMARK 3.0 783-2858PREP KIT 8, BENCHMARK 3.0 786-2853PREP KIT 3 (250), BM, BM XT, BM LT 1.0 790-1010VENTANA Basal Cell Cktl (34BE12+p63)2502.0 790-2917CONFIRM Anti-Vimentin (V9) Primary Antib 790-2926CONFIRM Anti-CD30 (Clone Ber-H2) Primary1.0 790-2927CONFIRM anti-CD34 (QBEnd/10) Primary Ant2.0 790-2931CONFIRM anti-CD68 (KP-1) Primary Antibod1.0 790-2990CONFIRM MART-1/melan A (A103) Primary An6.0 790-4286CONFIRM ANTI-KI-67 (30-9) RABBIT MONOCLO1.0 790-4341CONFIRM anti-CD3 (2GV6) Rabbit Monoclona2.0 790-4366CONFIRM anti-Melanosome (HMB45) Mouse M6.0 790-4408CONFIRM anti-CD23 (SP23) Rabbit Monoclon1.0 790-4420Confirm Anti-PAX5 (SP34) Rabbit Mono5.0 790-4431CONFIRM Cytokeratin 20 Rabbit Mono4.0 790-4432CONFIRM CD79a RabbitMono1.0 790-4451CONFIRM anti-CD5 (SP19) Rabbit Mono1.0 790-4462CONFIRM Cytokeratin7 RabbitMono4.0 790-4463CONFIRM EMA (E29) Mouse mAb1.0 790-4464CONFIRM bcl-2 (124) Mab1.0 790-4467CONFIRM Calretinin (SP65) RbmAb1.0 790-4506VENTANA anti-CD10 (SP67)1.0 790-4508VENTANA ANTI-CYCLIN D1 (SP4-R)1.0 790-4509VENTANA ANTI-P63 (4A4)5.0 790-4517VENTANA ANTI-P120 CATENIN (98)1.0 790-4555Cytokeratin (CAM 5.2) PAB1.0 790-4561Epithelial Related Antigen (MOC-31) PAB1.0 790-4756TTF-1 (SP141) PAB4.0 860-003ALCIAN BLUE FOR PAS1.0 860-005ELASTIC STAINING KIT1.0 860-006GIEMSA STAINING KIT12.0 860-009IRON STAINING KIT3.0 860-010LIGHT GREEN FOR PAS3.0 860-011MUCICARMINE STAINING KIT1.0 860-013TRICHROME II STAINING KIT1.0 860-014PAS STAINING KIT1.0 860-015SPECIAL STAINS WASH SOL. CONC. (10X) 17.0 860-016SPECIAL STAINS CLEANING KIT 7.0 860-024Reticulum II Staining Kit2.0 860-026Congo Red Staining Kit1.0 860-027AFB III Staining Kit1.0 860-028SPECIAL STAINS GMS II STAIN KIT PACK1.0 860-039GRAM STAINING KIT1.0 950-10210X EZ PREP SOLUTION, 2L 15.0 950-224BENCHMARK ULTRA CC1 20.0 950-300REACTION BUFFER CONCENTRATE (10X) 37.0 970-021ASSY TEMP VERIFIER SLIDES 1016.0 ADB250ANTIBODY DILUTION BUFFER (250ML)3.0 All products shall be placed or requested on an "on demand, as needed" basis. 3.EFFECTIVE DATE/TERM OF CONTRACT: This requirement's effective date is 10/01/2015 through 09/30/2016. 4.PRODUCT QUALITY All products offered to James H. Quillen VAMC, Pathology and Laboratory Medicine Service must be of the same consistent high quality as would be offered to the general commercial public in the United States. 5.CUSTOMER SERVICE: A company representative shall visit the James H. Quillen VAMC no less than once per quarter to review account, provide product information, answer questions, provide customer service, handle any defective merchandise, and take care of any other issues that may arise. 6.PRODUCT SUBSITUTION: No product substitutions will be accepted without the prior approval of the VA Medical Center Laboratory Service and the Contracting Officer. Any substitutions of product must have the written approval of the VAMC Microbiology Laboratory Service and the Contracting Officer or his/her designee. 7.DELIVERY: Deliveries shall be made to: James H. Quillen VA Medical Center Veterans Way @ Lamont Street Warehouse 204 Mountain Home, TN 37684-4000 All deliveries shall be accompanied by a delivery ticket or sales 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. 9.CHANGES/MODIFICATIONS: Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Any and all modifications for changes in: the prices, terms or conditions of this contract, will be prepared for signature by the VA Contracting Officer. 10.RECALLED AND DEFECTIVE PRODUCTS: The Contractor will immediately notify the Contracting Officer of any recalls of product or other important product safety issues. As appropriate, the Contractor will replace and/or reimburse recalled/defective products at no cost to the Government. The Contractor may be liable for costs processing recalls, i.e. administrative and clinical services to replace recalled/defective products. 11.MSDS, HAZARDOUS MATERIALS AND WASTE ANALYSIS: The offeror is required to provide a list identifying any "hazardous materials" defined as hazardous under the latest version of Federal Standard No. 313 that may be provided as a part of this contract. Material Safety Data Sheets (MSDS) shall be submitted for all products. Contractor will provide a complete chemical analysis of waste, to include mercury, sodium azides, carcinogens, reproductive toxins, acute toxins and all other waste that may be considered ignitable, corrosive, reactive or toxic. Contractor will also be required to provide additional subsequent waste analysis studies in the case of any new test or new test formation introductions. Documentation of all analysis will be provided to the VA Contracting Officer for review by the VISN 9 Green Environmental Management Systems (GEMS) Coordinator prior to contract award or introduction of new product after award. Contracting Office Address: 1639 Medical Center Pkwy Suite 400 Murfreesboro, TN 37129 Place of Performance: James H Quillen VA Medical Center Corner of Lamont and Veterans Way Dogwood Avenue, Building 205 Mountain Home, TN 37684 Primary Point of Contact: Crystal Baird Contract Specialist crystal.baird@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915N0667/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-15-N-0667 VA249-15-N-0667.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2183057&FileName=VA249-15-N-0667-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2183057&FileName=VA249-15-N-0667-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03806410-W 20150724/150722235806-00dcbc1feacad6a75a34ae76129bab79 (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 |
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.