Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2015 FBO #4998
DOCUMENT

66 -- laboratory instrument system reagents, consumables, controls, calibrators, and disposables. - Attachment

Notice Date
7/29/2015
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24815Q1286
 
Response Due
8/21/2015
 
Archive Date
9/5/2015
 
Point of Contact
Leonora R Simmons
 
E-Mail Address
2-7592<br
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared under FAR Part 13 Simplified Acquisition Procedures, and in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this request for: Phoenix Dialysis PM STATEMENT OF NEED (SON) 1. GENERAL: The Contractor shall provide one enzyme-immunoassay analyzer or testing system to the James A Haley Veterans" Hospital (JAHVH), Tampa Florida. All work is to be performed in accordance with the guidelines established by Federal, State and local ordinances, with the FDA and manufacturer's guidelines, and with all terms, conditions, provisions, schedules and specifications provided herein. 2. SCOPE: The JAHVH anticipates the award of a firm, fixed-price contract from this Request for Quote using commercial item procedures. The JAHVH a Reagent Usage (Cost per Test) contract for use of the instrument, supplies, installation, training, and maintenance / service of the equipment (for life of agreement) as identified below. 3. TERM OF CONTRACT: The contract term is for 12 months with four options of 12 months each beginning upon signature of the contract. The JAHVH will issue a delivery order only for the current fiscal year. The VA's obligation under this contract shall terminate at the end of each fiscal year. The JAHVH shall unilaterally renew by issuing a renewal delivery order that shall be effective on the first day of each succeeding fiscal year. 4. ESTIMATED COST-PER-TEST: The contractor is required to furnish JAHVH, as listed in paragraph 6, the laboratory instrument system(s), reagents to include all consumables (reagents, controls, calibrators, and disposables) necessary to operate the contractor's equipment, hardware and software upgrades, training for personnel and equipment maintenance necessary to fulfill the test requirements. JAHVH will select the equipment and associated package tailored to its requirements and only will pay for the test assays run on the contractor's equipment. Estimated annual test volumes are on attached document.The Cost per-test price includes costs covering (a) equipment use, (b) all reagents, controls, and consumables required for testing (c) all necessary maintenance including spare parts to keep the equipment in good operating condition, (d) operational hardware and software upgrades, (e) user training for government personnel, (f) reagents' delivery costs. Contractor is required to provide delivery and installation of equipment at no additional charge, and return shipping costs at end of contract. 5. EQUIPMENT: Contractor shall provide enzyme immunoassay analyzer or testing system and specify functionality and performance-based requirements of this system. The quoted products/services shall provide descriptive literature that meets the following specifications: Enzyme Immunoassay Analyzer: (Locations: James A Haley) o Includes installation, in house training and full service. oInstrument system includes integrated data management system, external printer, and UPS. oApplication Specialists must be available for implementing and validating new assays. oInstrument must include integrated sample barcode reader capable of reading multiple barcode symbologies. oPhysical Characteristics- Analyzer should be bench top model, size NTE 45"wide x30" deep. oElectrical Characteristics - 120 V. Functionality and Performance Specifications: oA fully automated, primary tube sampling, EIA system using 96 well microplates. oCompletely open system. oInstrument must be capable of performing a wide range of testing including the following assays: Measles IgG, Mumps IgG, Rubella IgG, Varicella IgG, Lyme (Borrelia), Syphilis IgG, Rheumatoid Factor, CCP3, anti cardiolipin, beta 2 glycoprotein, soluble transferrin receptor, gliadin IgA, IgG and t-TGIgA, HSV 1 & 2, PF4, erythropoietin, and quantiferon. oThe systems must be LIS compatible with bi-directional or host query interface. The interface must be compatible with Data Innovations middleware. oThe systems must improve the overall productivity, efficiency and workflow. The system should be 100% walk-away and not require monitoring during the testing process. General requirements: The contractor is required to provide new state-of the art equipment. Discontinued models are not acceptable. The contractor will provide all operational upgrades to the equipment hardware and operating system software that materially affects the performance of the equipment, without additional charge to the government. These enhancements to the contractor's equipment shall be delivered to the government site and installed by the contractor within 30 days of their issuance or date of first commercial availability. All models shall perform satisfactorily at any laboratory temperature between 59 and 86 degrees F (15 and 30 degrees Celsius). All models shall perform satisfactorily at any laboratory relative humidity between 10 and 70%. An electronic operator's manual must be furnished with each model supplied. Site Preparation specifications shall be furnished in writing by the contractor as part of the quoted equipment/services. These specifications shall be in such detail as to ensure that the equipment to be installed shall operate efficiently and conform to the manufacturer's claimed specifications. The government shall prepare the site at its own expense and in accordance with the specifications furnished by the contractor. Any alterations or modifications in site preparation which are attributable to incomplete or erroneous specifications provided by the contractor which would involve additional expense to the government, shall be made at the expense of the contractor. Ownership of Equipment shall remain with the contractor. All equipment accessories (hardware are software) furnished by the contractor shall accompany the equipment when returned to the contractor. The contractor, upon expiration of order(s) at termination and/or replacement of equipment, will remove the equipment. The contractor will disconnect the equipment (gas, water, air, etc.) and will be responsible for all packing and shipping required to remove the equipment within ten business days. Government's Responsibility: The user will perform daily routine maintenance and cleaning as required in the manufacturer's operation and maintenance instructions. The user shall maintain appropriate daily records to satisfy the requirements of this paragraph and shall notify the contractor in writing of the date of the first day of the successful performance period. Training of Operating Personnel: The contractor shall provide the services of a qualified technical person, at the time of equipment installation and at such time designated by Contracting Officer (CO) or Contracting Officer's Representative (COR) to on-site orientation and training to designated personnel in: (1) operation and care of equipment (2) techniques and procedures recommended by manufacturer to achieve maximum dependable, efficient, and economical utilization of equipment. This training shall include actual demonstration and operation of the equipment including any adjustments or other actions which may be undertaken by operating personnel in the event of failure of equipment, provided that such adjustment or action will in no way jeopardize the Government's rights under contract guarantee clause. Installation procedures: The contractor shall be responsible for installation, which consists of in-house delivery, positioning, and mounting of all equipment listed on the delivery order and connections of all equipment and interconnecting wiring and cabling if applicable. Upon receipt of notice to proceed with installation, it shall be the contractor's responsibility to inform the Contracting Officer of any problems which may be anticipated in connection with installation or which will affect optimum performance once installation is completed. In the event that progress of the installation is interrupted through no fault of the contractor, the continuous installation referenced in the preceding paragraphs may be terminated until such time as the cause of delay has been eliminated, and then shall be resumed within 24 hours after the contractor has been notified that work may again proceed. Upon completion of installation the equipment will be turned over to the hospital for use. Final acceptance of the equipment and installation will be based upon an inspection and test to be performed within ten (10) calendar days from date of installation. If equipment passes inspection or if acceptance inspection is not conducted within ten (10) calendar days from installation, the Government shall accept installation. 6. Quality of Reagents, Supplies and Disposables: The VA shall require the delivery of reagents for all services required under this contract. The contractor shall deliver reagents, shipping cost included, from an authorized government agent within 48 hours from call orders. The contractor will assure that all supplies provided/ordered for use on their equipment will be of the quality necessary to produce accurate and reliable test results. The reagent quality must be high enough to satisfy proficiency testing standards of the College of American Pathologists (CAP) and the Joint Commission on Accreditation of Health Care Organizations (JCAHO). In the event that the supplies to include reagents, controls, calibrators, and/or consumables are found to be defective and unsuitable for use with the contractor's equipment or the contractor has failed to comply with the requirements herein, the contractor is required to deliver the supplies within 48 hours of receipt of the verbal order for priority delivery from the government activity. This will be done at no cost to the government, in sufficient quantity as required to allow operation of the contractor's equipment for one week (under normal government test load volume). 7. MAINTENANCE: The contractor shall provide maintenance (labor and parts) to keep the equipment in good operating condition and subject to security regulations. The government shall provide the contractor access to the equipment to perform maintenance services. Preventive maintenance by contractor will provide regular, scheduled maintenance to assure the continued reliable operation of the equipment. These preventive maintenance visits shall be of a frequency that conforms to the manufacturer's operation and maintenance instructions for the supported equipment. Emergency repairs shall be performed after notification that the equipment is inoperative. The contractor shall provide the government with a designated point of contact and shall make arrangements to enable his maintenance representative to receive such notification. The contractor will provide all parts and labor needed to repair the malfunction. Travel, per diem and other expenses associated with the repair will be borne by the contractor. The contractor shall furnish a malfunction incident report to the installation upon completion of each maintenance call. The report shall include, as a minimum, the following: (a date and time of notification, (b) date and time of arrival, (c) serial number type and model number(s) of equipment, (d) time spent for repair, (e) description of malfunction and (f) proof of repair. Parts (e) and (f) shall be written verification of quality control for a sample run. 8. TRAINING AND TECHNICAL SERVICE: The contractor, without additional charge to the government, shall provide training at an off-site or on site location for two (2) operating personnel per analyzer at the time of installation of the contractor's equipment. Additionally, the contractor, at his/her discretion, may make training available at his/her facility on terms and conditions mutually agreed upon by the agency and the contractor. In addition, the contractor shall provide supplemental operating training to the government personnel, without additional charge to the government, upon installation of the upgrade in equipment hardware or operating system software connected with the operation of an instrument already furnished. This announcement constitutes the only solicitation. Solicitation VA248-15-Q-1286 is issued as a request for quotation. This notice and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-29. The North American Industry Classification Systems (NAICS) code is 334516 ( Analytical Laboratory Instruments Manufacturing), and the size standard is 500 employees. The government intends to issue a contract for commercial items. Commercial items FAR clauses 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items, apply to this solicitation, and may be found at http://acquisition.gov/comp/far/ Note: Far 52.212-1 and Far 52.212-4 are incorporated into this announcement by reference. Offeror's must be registered in Central Contractor Registration (CCR) data base located at hhtp://www.ccr.gov. Business size will be verified using CCR. ****RFQ SUBMISSIONS: ALL interested parties must submit a quote which will be considered by this agency. Interested Parties who fail to complete and submit the requirements below may be considered non-responsive. ****PRICE QUOTE: Interested Parties shall submit Price Quotes to Leonora.simmons@va.gov ****QUOTE EVALUATION and CONTRACT AWARD: The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to this RFQ solicitation will be most advantageous to the Government. The Government intends to make a single award for the entire requirement as written in the RFQ. ****Type of Contract: Requirements Contract ****Estimated required Date: 8/21/2015 ****RFQ QUESTIONS: All inquiries must be via email. Questions concerning this solicitation MUST be submitted no later than 8/17/2015 10 AM Eastern Standard Time (EST). ****RFQ DUE DATE: Responses to this RFQ shall be via electronic submission to Leonora.simmons@va.gov on or before 8/21/2015 at 10 :00 AM EST. Contracting Office Address: 8875 Hidden River Parkway, Tampa, FL. 33637 Phone#813-972-7592
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24815Q1286/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-Q-1286 VA248-15-Q-1286_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2199111&FileName=VA248-15-Q-1286-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2199111&FileName=VA248-15-Q-1286-000.docx

 
File Name: VA248-15-Q-1286 S02 Solicitation Attachment (1449).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2199112&FileName=VA248-15-Q-1286-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2199112&FileName=VA248-15-Q-1286-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03815780-W 20150731/150730000355-b0962ef28c095167c0659b1ef6320a79 (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.