Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2018 FBO #5963
DOCUMENT

Q -- MALDI-TOF MS Microbial ID System with Antimicrobial Sensitivity(AST) - Attachment

Notice Date
3/20/2018
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Contracting Office (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24718Q0404
 
Response Due
3/30/2018
 
Archive Date
7/7/2018
 
Point of Contact
Janica Francis-Hunter
 
E-Mail Address
H
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 4 SOURCES SOUGHT NOTICE DESCRIPTION: This is a source sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a Sources Sought Synopsis only. Questions should be submitted by email to Janica.Francis@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 334516, Analytical Laboratory Instrument Manufacturing (size standard 1,000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this source sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors must respond to the solicitation announcement in addition to responding to this source sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office 7, Charleston, SC is seeking sources for a potential contractor to perform the following type of service: STATEMENT OF WORK MALDI-TOF MS Microbial ID System with Antimicrobial Sensitivity(AST) 1. INTRODUCTION/BACKGROUND: The purpose of this activity is to acquire MALDI-TOF MS Microbial ID System with Antimicrobial Sensitivity(AST) Services for the Clinical Laboratory at the Ralph H. Johnson VAMC. 2. OBJECTIVE: Obtain a MALDI-TOF MS Microbial ID System with Antimicrobial Sensitivity(AST), Reagents, and Service, for testing Clinical Laboratory specimens on a reagent rental agreement (Cost Per Test/Cost Per Reportable). Provide one (1) MALDI-TOF MS Microbial ID System with Antimicrobial Sensitivity(AST), Reagents, and Service for performing Microbial Identification and Susceptibility on a base year plus four (4) option years fixed price contract. 3. MAJOR REQUIREMENTS: Microbial Identification must be performed by a Matrix-assisted laser desorption ionization time of flight (MALDI-TOF) mass spectrometry (MS) instrument platform. An FDA approved/cleared database for Bacteria, Fungus, Molds, and Mycobacteria is preferred. The test system must include an Antimicrobial Susceptibility Testing(AST) platform that provides sensitivities for a wide variety of pathogens identified in the clinical microbiology laboratory. The AST may be performed on an independent(separate) instrument platform if the AST is not combined with the MALDI-TOF MS platform. The MALDI-TOF and AST platforms, if not combined on a single instrument platform, must include a middleware/software for connectivity which allows the two systems to communicate test information and expedite AST testing. The Antimicrobial Susceptibility Testing platform must include the capability of performing Microbial Identification using biochemical methods. Instrument/Middleware connectivity to the Laboratory Information System(VISTA) is preferred. When middleware connectivity to the LIS is available, the vendor shall provide technical support personnel to assist the RHJ VAMC with connectivity. The MALDI-TOF and AST system and/or middleware must promote efficient retrieval of microbial/antimicrobial data and statistics. The vendor shall be responsible for the delivery and installation of all equipment. The vendor shall provide a technical representative to assist with initial validation of all equipment services provided, to include ID and AST. The technical representative will perform validations on site, unless otherwise specified in a contractual agreement. The vendor shall provide instrument service/repair and routine maintenance. Vendor response for unscheduled instrument downtime should be less than 24 hours, unless otherwise specified in a contractual agreement. All cost associated with instrument service/repair and routine maintenance shall be included in the reagent rental pricing. The vendor shall provide service/reagents for: ~ 5000 MALDI-TOF ID Tests per year ~ 3520 Antimicrobial Susceptibilities (~50/50 GN vs GP) Tests per year ~ 100 Biochemical ID panels for Gram Negative organisms. ~ 100 Biochemical ID panels for Gram Positive organisms. The vendor shall provide training to clinical laboratory staff for use of the test system. All cost associated with staff training shall be included in the reagent rental pricing. 4. GOVERNMENT FURNISHED INFORMATION OR MATERIAL: There are no Government furnished materials in support of this contract activity. 5. MEETINGS AND REVIEWS: The vendor shall meet with Pathology and Laboratory Service Personnel on an as needed basis. Pathology and Laboratory Service may request meetings to occur by telephone or in person at the Ralph H. Johnson VAMC. 6. TRAVEL REQUIREMENTS: All cost associated with travel for instrument service/repair, routine maintenance, meetings, or employee training shall be included in the reagent rental pricing. 7. CONTRACTING OFFICER'S REPRESENTATIVE (COR): a. The COR is Robert Haynes, phone 843-789-7531. No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification. 8. REPORTS/DELIVERABLES: Deliverables One (1) Matrix-assisted laser desorption ionization time of flight (MALDI-TOF) mass spectrometry (MS) instrument platform. Deliverables One (1) Antimicrobial Susceptibility Testing platform with Biochemical Microbial ID capability. Deliverables Middleware/Software for ID/AST System connectivity/communication with Laboratory Information System. Deliverables Reagents/AST Panels/ID Panels on an as needed or quarterly basis. Deliverables Technical Representative for system validation. Deliverables Training for Laboratory Staff. Deliverables Technical Service for Periodic Maintenance and Repairs. 9. PERIOD OF PERFORMANCE: This requirement is for a base year plus (4) 1-year options. 10. CONTRACTOR QUALIFICATIONS: The successful contractor shall be able to provide an FDA approved test system to fulfill the test requirements listed in the Statement of Work. 11. SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: The contractor shall provide/submit any national security requirements requested by the Information Security Officer(ISO), Privacy Officer(PO), Contracting Officer(CO), or other VA Authority. The certification and accreditation (C&A) requirements do not apply, and a Security Accreditation Package is not required. ------END OF STATEMENT OF WORK------ REQUESTED INFORMATION: (1) STATEMENT OF CAPABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to provide Omnicell Pharmacy Storage and Dispensing Equipment Maintenance and Repair at the Ralph H Johnson VA Medical Center. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses must be emailed to Janica.Francis@va.gov no later than 10:00 am EST, March 30th, 2018. Please place " MALDI-TOF MS Microbial ID System with Antimicrobial Sensitivity(AST) in the subject line of your email. Your response must include your STATEMENT OF CAPABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above, and the completed Market Research Questionnaire. MARKET RESEARCH QUESTIONNAIRE Response to Questionnaire is required from all interested parties. Company Name, Address & Telephone#___________________________________________ Email Address for designated POC ____________________________________________ DUNS#____________________________________________ GSA or NAC Contract # (if applicable) ____________________________________________ Indicate your business size & socio-economic status under NAICS code 238210: [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no Certified HUBZone [ ] yes [ ] no Certified Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Certified Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) [ ] yes [ ] no Registered with the System for Award Management (SAM) @ https://www.sam.gov [ ] yes [ ] no Registered in VetBiz Registry @ http://vip.vetbiz.gov/ RISK: Address any potential risk to the Government to include technical; cost, schedule and performance that may have a direct impact on the acquisition of this service. A SOLICITATION HAS NOT BEEN ISSUED. After review of responses, a solicitation may be published at a later date. Responses to this Market Research Questionnaire will not be considered as submission of an offer for future solicitation announcements. All interested parties must respond to future that solicitation announcement separately or in addition to this Market Research Questionnaire. Contract award resulting from any future solicitation can only be made to a contractor who is registered in SAM. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q0404/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q0404 36C24718Q0404.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4164438&FileName=36C24718Q0404-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4164438&FileName=36C24718Q0404-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04860582-W 20180322/180320231234-05380cf9b8ab8ea95fe738fbb0e34d9c (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.