DOCUMENT
65 -- FY18 New - LAB Fecal Immunochemical Testing Supplies - PGH | EDA: 10/01/2017 NP | Current MS: PreSolicitation | Status: Matching FSS nomenclature provided. Sending revised Sole Source document to CO for review. (6/20/2017). - Attachment
- Notice Date
- 6/27/2017
- Notice Type
- Attachment
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;2907 Pleasant Valley Blvd;Altoona, PA 16602
- ZIP Code
- 16602
- Solicitation Number
- VA24417Q1221
- Response Due
- 7/6/2017
- Archive Date
- 7/21/2017
- Point of Contact
- Attention; Derek Chuff
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This RFI is to see if SDVOB s are capable of providing the following: STATEMENT OF WORK (SOW) Background. As per Chief Medical Officer request, all of VISN4 is converting from the guiaic method of fecal occult blood testing to the immunochemical methodology. The VA Pittsburgh acquired the Polymedco OC Diana for this purpose. This statement of work is for the testing supplies needed to perform the testing on the OC Diana. This contract is required as it is driven by policy to offer the best methodologies available. The fecal immunochemical Test (FIT) screening method for hemoglobin in stool is the new standard of care for the early detection of blood which may be associated with colorectal cancer. It is changing the outcome of colorectal cancer. OC-Auto ® FIT is performed using the OC-Auto ® Sensor Diana automated system. This system is used for detecting gastrointestinal bleeding associated with disorders such as colorectal cancer, polyps and diverticulitis. Continued use enables the physician or the patient to easily collect a sample and return the sample to the lab for quick and accurate results The Pittsburgh VA Medical Center has been employing this type of testing for several years. Continued financial support is essential in order to maintain current diagnostic capabilities. In addition, several supplies are required by the Immunology lab. Salient Characteristics: The selected vendor will provide the best patient care clearly demonstrating the ability to directly provide an OC-Auto Sensor Diana automated IFOBT system as part of a cost per test program. The selected vendor will offer all calibrators, controls, reagents, and diluents as part of the cost-per-test contract. The selected vendor will offer sampling bottles, mailers, and thermal paper as orderable components as per the cost-per-test contract. The selected vendor will utilize a simple strip procedure with qualitative results in 5 minutes The selected vendor will utilize a colloidal gold methodology to enhance test line intensity and clarity. The selected vendor will utilize a methodology that requires no dietary or medicinal restrictions. The selected vendor will provide a fully automated testing system able to test 280 samples. This system will employ automatic serial dilutions, provide a STAT mode, and store up to 100,000 sample results. The selected vendor will utilize a methodology that requires minimal hands on time. This requirement should not exceed 5 minutes. The selected vendor will utilize a customer service center to provide same day ordering/tracking/status services. It is incumbent upon the vendor to provide same day service. Vendors that utilize answering machines are not acceptable. The selected vendor will provide confirmation numbers and arrival dates for all items ordered. This expectation is mandatory in order to obtain proof for invoicing. Scope. The VA Pittsburgh is in need of testing supplies compatible with the Polymedco OC Diana. Supplies include: Specimen collection/processing device for the OC Diana. Mailers suitable to return collection devices to the VA Pittsburgh. Thermal paper compatible with the OC Diana. Quality controls compatible with the OC Diana. Calibrators compatible with the OC Diana. Latex reagent for testing compatible with the OC Diana. This contract includes all of the costs, instrumentation, and reagents associated with performing IFOBT testing on stool for gastrointestinal bleeding associated with disorders such as colorectal cancer, polyps and colitis. The contract is a Government Reagent Rental agreement that permits reagents and consumables to be ordered as needed directly by the laboratory with no required minimum baselines. This contract is specifically for the use of the Pittsburgh VA Medical Center Microbiology section. Specific Tasks. This contract is required to provide pricing for all necessary consumables required to perform IFOBT testing on stool for gastrointestinal bleeding associated with disorders such as colorectal cancer, polyps and colitis.. These items will be permitted to be ordered as needed by the Pittsburgh VA. 5.1 Task 1 Technical and Field Service 5.1.1 Subtask 1 Technical Service. Provide technical and functional courses of action to remedy minor trouble shooting that can be accomplished by the technologist within 30 minutes. 5.1.2 Subtask 2 5.2 Task 2 Kit Configurations To maximize sample processing efficiency it is required that the vendor provide the ability for the ordering institution to obtain mailer configurations that provide at least 20 tests/kit. Deliverables: The following routine consumables are ordered as needed: Sampling Bottles OCS1 Personal mailers 20/bx OCPU-VA1 Thermal paper TP-5 6. Performance Monitoring It will be the responsibility of the Pittsburgh VA Medical center Immunology/Microbiology Supervisor/designee to monitor all performance issues with the vendor. Timely delivery of supplies, prompt and professional technical service, Mon-Fri, will be evaluated and compared to the terms of the contract. Compliance and quality management performance of the method will be maintained by third party inspections and routine quality testing/review by the College of American Pathologists. 7. Security Requirements In accordance with VA policy, contractors storage, generation, transmission or exchanging of VA sensitive information requires appropriate security controls to be in place. This is an acquisition or purchase of commodities, goods (e.g. equipment or software), and technical/field service support to maintain the analyzers. VA sensitive information is not involved in the course of these procedures (see Appendix A). 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No GFE or GFI will be needed in any capacity. It is the policy of the Pittsburgh VA Medical Center Immunology/Microbiology laboratory to encourage and actively solicit competitive bids from all vendors competing for similar business. a. Identification of Possible Follow-on Work. Not Applicable b. Identification of Potential Conflicts of Interest (COI). Not applicable. c. Identification of Non-Disclosure Requirements. This is an acquisition or purchase of commodities, goods (e.g. equipment or software), and technical/field service support to maintain the analyzers. VA sensitive information is not involved in the course of these procedures. d. Packaging, Packing and Shipping Instructions. There is no special packaging and shipping instructions required. All items are shipped as per the vendor s specifications to ensure quality of products and goods. e. Inspection and Acceptance Criteria. All received products and goods are examined for quality and acceptability without exception. Acceptable products are signed for by the laboratory. 10. Risk Control No additional risk will be undertaken by the laboratory as compared to any other vendor or method. 11. Place of Performance. The equipment and supplies will be located in room 2NW120. No contractor travel expenses are included in this contract. 12. Period of Performance This contract will be valid for a 1 year base time period. In addition, the contract should contain 4 additional option years. The start date of this contract should reflect 10-01-17 through 9-30-18. 13. Delivery Schedule. All required items will be ordered as needed directly by the lab and delivered within one (1) week. All vendor shipped items will be delivered in a vendor determined format. The Microbiology supervisor and the Microbiology lead technologist are the individuals authorized to place orders against this contract. All items will be delivered to the dock area at: VA Pittsburgh Healthcare System University Drive Pittsburgh, PA 15240
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417Q1221/listing.html)
- Document(s)
- Attachment
- File Name: VA244-17-Q-1221 VA244-17-Q-1221.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618090&FileName=VA244-17-Q-1221-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618090&FileName=VA244-17-Q-1221-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA244-17-Q-1221 VA244-17-Q-1221.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3618090&FileName=VA244-17-Q-1221-000.docx)
- Place of Performance
- Address: VA Pittsbugh Healthcare System;University Drive;Pittsburgh PA
- Zip Code: 15240
- Zip Code: 15240
- Record
- SN04558877-W 20170629/170627235034-ee755d80e3e85f26df376797c3d48958 (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 |