DOCUMENT
65 -- 544-16-1-023-0010 - Narcotics Testing Reagents 544 - Attachment
- Notice Date
- 8/3/2015
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
- ZIP Code
- 29209-1639
- Solicitation Number
- VA24715R0915
- Response Due
- 8/7/2015
- Archive Date
- 10/6/2015
- Point of Contact
- JOSEPH LOCKE
- E-Mail Address
-
ARNERS
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PERFORMANCE BASED WORK STATEMENT WILLIAMS JENNINGS BYRAN DORN VA MEDICAL CENTER ABBOTT C4000 UDS Cost per test 1. REQUIREMENT WJB Dorn VA Medical Center P&LM requires 2 Urine Drug Screen (UDS) instruments-C4000 to be used in the P&LM Department. The instrument must have the capability of connection to the VISTA system for transfer of information to improve patient safety by decreasing errors introduced by manual entry of IDs. The testing performed must correlate well with the laboratory instrumentation and testing to meet accreditation requirements. 2. BACKGROUND: The WJBDMC is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Annually, the medical center serves approximately 56,116 patients. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rockhill, Sumter, and Spartanburg, South Carolina. 3. REQUIREMENT OVERVIEW & PERIOD OF PERFORMANCE: The government has a requirement for an IDIQ contract for commercial off the shelf (COTS) consumable medical supplies as listed in Attachment A, the quantities listed is an estimate and may be more or less depending on patient volume. This requirement is being requested for one base year and four one year option periods. Base Year: 1 October 2015 - 30 September 2016 1st Option Period1 October 2016 - 30 September 2017 2nd Option Period1 October 2017- 30 September 2018 3rd Option Period1 October 2018 - 30 September 2019 4th Option Period 1 October 2019 - 30 September 2020 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209 5. DAYS AND HOURS OF DELIVERY: Monday - Friday, 8:00 a.m. to 4:00 p.m. excluding federal holidays. 6. DELIVERY REQUIREMENTS: Orders shall be shipped no later than 24 hours after receipt of request and arrive within 5-7 business days. 7. SPECIAL REQUIREMENTS: a.The Contractor is required to provide a confirmation number for each order. b.After the initial purchase order has been established, the following P&LM personnel are authorized to place orders as needed via telephone: Jerry Lamb803-776-4000 x7252Jerry.lamb@va.gov Tammie Lawson803-776-4000 x7377Tammie.lawson@va.gov c.POINT OF CONTACT: Contracting Officer's Representative (COR): Name: Jerry Lamb Title: Laboratory Supervisor Department: P&LM Telephone: 803-776-4000 x7252 FAX: 803-647-5713 Email: Jerry.Lamb@va.gov d.Any changes referencing authorized staff as stated above will be communicated to the contracting specialist/officer and the contractor in writing throughout the life of the contract as an internal ordering guideline submitted by the COR. 8. INVOICES: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: "Invoice Number and Date "Contractor's Name and Address "Accurate Purchase Order Number "Supply or Service provided "Period Supply or Service Provided "Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows: "Tungsten e-Invoice Setup Information: 1-877-489-6135 "Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com "FSC e-Invoice Contact Information: 1-877-353-9791 "FSC e-invoice email: vafsccshd@va.gov d.Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 9. TERMINATION FOR CONVENIENCE: Subject to a 14 day advance notice, the Government reserves the right to terminate this contract for convenience if the need for this service changes or is no longer required. 10. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: a.Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. b.Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. c.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. d.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. e.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. f.The Government Agency owns the rights to all data/records produced as part of this contract. g.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. h.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. i.No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. GENERAL REQUIREMENTS 1.The vendor shall provide the most current UDS instrumentation available. 2.The vendor will provide the facility with Food and Drug Administration (FDA) approved analyzer/equipment, reagents, controls, calibration materials, disposables, and any consumable parts necessary for analyzing/testing on all instruments supplied. 3.Primary and back-up equipment shall be provided. Both primary and back-up systems must be capable of performing the Basic Test Required to provide mirror image redundancy for all basic test (i.e. same equipment back up). Tests shall be vendor supported. EQUIPMENT FUNCTIONALITY 1. The analyzers must have a comprehensive QC Program for all tests which includes at a minimum the following options: "On-board quality control data storage and reporting capabilities "The ability to view and print daily and monthly QC results 2.The system shall include software and hardware solutions to allow editing of results. 3.The system must be redundant with respect to the UDS analyzer, having multiple identical analyzers each capable of operating independent of the others. This enables high peak throughput volume with ability to cover for analyzer failure. 4.System shall have positive sample identification to reduce possible sources of error/delay and to improve laboratory efficiency. 5.Equipment shall be able to store and retransmit records (24 hours of maximal instrument throughput) in case of interface downtime. 6.Interfacing requirements to be provided by the vendor: "Instrument LIS physical connection and translation (drivers). Must be compatible with the VISTA system. "Any additional hardware and software needed to interface the analyzer and technical assistance with interfacing the analyzer SERVICE AND MAINTENANCE 1.Instrument support service shall provide assistance with troubleshooting and repair of the analyzers. On-site service shall be available Monday through Friday during regular business hours (8am-5pm). If testing is unavailable due to analyzer malfunction (i.e.- all analyzers are not working) the vendor will provide on-site service 24h/day-7 days a week. The support service shall follow-up all down time calls within 1 hour. 2.The vendor shall provide a 24/7 day service hotline with technical support. 3.The vendor shall provide a preventative maintenance schedule to include timely scheduled vendor preventative maintenance visits as required. 4.Vendor shall provide standard and routine software and hardware upgrades to the equipment hardware and operating systems, without additional charge to the Government (e.g. upgrades that correct or improve either the mechanical operations or software of the system and would keep the instrument performing optimally). 5.Vendor shall define daily, weekly, monthly, and as needed maintenance and the time required to perform each maintenance task. Vendor shall indicate which tasks are user level and which are service level. 6.Throughout the life of the agreement, the vendor shall provide assistance to the user in setting up and maintaining/trouble shooting user-defined assays as additional tests are brought in-house. TRAINING: 1.The vendor shall provide in depth training for the use and maintenance of the analyzer for at least two individuals at no cost to the government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24715R0915/listing.html)
- Document(s)
- Attachment
- File Name: VA247-15-R-0915 VA247-15-R-0915_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2208913&FileName=VA247-15-R-0915-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2208913&FileName=VA247-15-R-0915-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-15-R-0915 VA247-15-R-0915_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2208913&FileName=VA247-15-R-0915-000.docx)
- Place of Performance
- Address: DORN VA MEDICAL CENTER;6439 GARNERS FERRY ROAD;COLUMBIA, SC 29209
- Zip Code: 29209
- Zip Code: 29209
- Record
- SN03821166-W 20150805/150803235255-f8b524df4a4fb4675abf345cef3cd399 (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 |