Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
DOCUMENT

N -- St Louis Wasp Instrumentation Install and Reprogram - Attachment

Notice Date
9/3/2015
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25515Q1004
 
Response Due
9/9/2015
 
Archive Date
10/24/2015
 
Point of Contact
Kevin C Wallace
 
E-Mail Address
6-1968<br
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The VA Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide installation and software reprogramming services for a WASP (Walk-Away Specimen Processor). The request is for the installation and reprogramming only, and will not include any maintenance services. The NAICS code for this service is 423450 (Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers). Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Small Business firms proves inadequate, an alternate set-aside, full and open competitive solicitation, or a sole-source to Copan Diagnostics, may result. The attached Statement of Work contains a list of line items that MAY be in the bid document once it is released and services that must be considered before responding. This is not a Request for Quotes and no contract will be made from this sources sought notice. This is merely informational so that the potential contractors can respond either favorably or unfavorably as to whether they may be able to fulfill this request once it is posted. Please send all responses to: Attention: Kevin Wallace, Contracting Officer. Email: Kevin.Wallace2@va.gov Phone: 913-946-1968 Fax: 913-946-1998 Responses are due September 9, 2015 at 2:00 PM CST. Functional/Performance/Specification Generic Description of Use: Microbiology Laboratory provides medical care services and diagnostic laboratory testing. Isolation of organisms from patient cultures (blood cultures, wound cultures, fungal cultures, etc.) are an important part of the work done in this laboratory. The contractor shall provide installation services including re-programming the Copan WASP system and updating the operating system to Linux from Windows XP. The WASP is the only instrument that addresses all aspects of automated Microbiology specimen processing: planting and screaking, gram slide preparation, and enrichment broth inoculation of a variety of liquefied specimens. The WASP has been designed as an open platform, modular instrument for the seamless addition of new features and capabilities. The introduction of automated specimen processing transforms the microbiology lab by providing a number of benefits, including standardization and significant reduction in the amount of technologist time needed for specimen processing. The biggest payoff for clinicians is the potential to more easily process Microbiology specimens 24/7. Minimum Technical Specifications: "The operating system must be upgraded from windows XP to Linux to be compatible with VA IT standards. "The system must have the ability to be connected to VISTA via Data Innovations. "The system must allow for full sample traceability using uniquely barcoded disposable culture plates. "The system must be able to accept multiple sample types/containers. "The system must not need any further offline manual sample processing and manipulation other than to liquefy sputum by using the "snot buster" product. "Instrument installation must include all upgrades, databases, etc included in initial purchase. "Instrument must be a "floor" model, or be able to be placed on a cart. "Instrument must be capable of adding future advancements such as the WASP Lab. "Vendor led training must be provided. Training shall include system operations as well as basic trouble shooting and repair. If training is to be conducted off site, the cost shall be all-including, (e.g. air fare, auto rental, room and board, training materials, etc.) for each participant. "The system shall use 0.01 and 0.001mm inoculating loops which must be sterilized between samples. "Traceability of each sample to the agar plates and gram slide (as applicable) is easy. "The system shall not require cleaning materials or decontamination other than what is included in periodic maintenance. "The contractor shall provide applicable manuals and schedules upon delivery and installation of equipment. "The contractor shall provide a technical expert capable of unpacking the instrument from the shipping crate and all required materials to perform installation. "The contractor must be capable of communicating with Copan for set-up, install and re-programing. "The contractor shall provide a technical expert who must be able to replace existing Windows XP operating system and install a Linux operating system - including performing any necessary programing and upgrades through remote connection with Copan factory headquarters in Italy. "The contractor shall provide upgrades to both the equipment hardware and software in order to maintain the integrity of the system and the state of the art technology at no additional charge to the customer after the initial install of the Linus operating system. These must be provided as they become commercially available and at the same time as they are being provided to commercial customers. This requirement only applies to "system upgrades" that enhance the model of equipment being offered, i.e. new version of software, including database upgrades, correction of hardware defect, upgrade offered to commercial customers at no additional charge, upgrade to replace model of equipment no longer vendor supported, etc. "Instrument can be serviced/calibrated remotely. "The operator must provide these items within 40 days of purchase Optional/Value Added Features: None Required Interfaces: Instrument/software must be able to communicate with the following instruments/interfaces: Data Innovations, Vista, and eventually MYLA. Evaluation Criteria: 1.Ability of contractor to meet the minimum specified requirements detailed in the scope of work. 2.Availability of optional requirements or value added features that are above the minimum specified requirements. 3.Compatibility with existing systems, including but not limited to: a.Equipment Standardization - In order to reduce human factors errors, streamline process for end users, maintenance and reprocessing personnel equipment that matches existing systems/equipment will be given preference. b.Existence of functional/pre-existing/implemented interfaces with other existing systems as detailed in the scope of work. 4.Technical reliability/Past Performance 5.Price of the product offered
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25515Q1004/listing.html)
 
Document(s)
Attachment
 
File Name: VA255-15-Q-1004 VA255-15-Q-1004.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2296396&FileName=VA255-15-Q-1004-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2296396&FileName=VA255-15-Q-1004-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03872001-W 20150905/150904001233-7d075b405118ef21739d7c167f372b2d (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.