DOCUMENT
Q -- Hematology Acquisition - Attachment
- Notice Date
- 4/5/2018
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- 36C25018Q9102
- Response Due
- 5/4/2018
- Archive Date
- 6/3/2018
- Point of Contact
- Kellie Konopinski
- E-Mail Address
-
.Konopinski@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- This is a REQUEST FOR INFORMATION and SOURCES SOUGHT for Hematology for the VA Medical Centers in Ann Arbor, Saginaw, Battle Creek, Northern Indiana and CBOC s for these facilities. This is in preparation for a 5 year, single award, BPA or IDIQ. Contractors that deem themselves capable of meeting the requirement shall provide the below information to Kellie Konopinski, Contracting Officer, at Kellie.Konopinski@va.gov no-later-than Friday, May 4, 2018 at 4:30PM, EDT, referencing (36C25018Q9102). Responses shall include: (1) Business Name and Address, (2) GSA Contract Number and expiration date, if applicable (3) Point of Contact Name, Phone Number and E-mail Address (4) DUNS and NAICS code (5) Business Size SMALL or LARGE (6) Type of Small Business (if applicable): service disabled veteran owned, veteran owned small business, 8a, HUBZone, woman-owned, etc. (7) A concern that is not a manufacturer of the supply shall provide the manufacturers name and size standard. If the concern is the manufacture and the sole distributor, please provide documentation to that effect. Please contact Kellie Konopinski at Kellie.Konopinski@va.gov to schedule a demonstration at each site. Demonstrations must be completed between April 6, 2018 and May 4, 2018. No demonstrations will be allowed after May 4, 2018. Please see requirements below: Requirements: VA Ann Arbor Healthcare System 2 Analyzers, Initial training slots for two technologists per analyzer, total training slots of four for the duration of contract The contractor shall provide two (2) identical analyzers, a primary instrument and a back-up instrument, the ability for remote slide review, and at least one slide maker/stainer. Analyzers shall be FDA approved for Body Fluid testing. Back-up instrument shall have automated sample loader. Back-up instrument shall have 6-part differential including Immature granulocytes. Desired ability of analyzers to provide result linearity for WBC, RBC, and platelet counts down to zero, verified on site. Analyzer(s) shall utilize sample tubes with greater than three (3) ml capacity. Analyzer(s) shall have ability to flag Nucleated red blood cells. Contractor shall provide an Un-interruptible Power Supply (UPS) for each analyzer. UPS shall be repaired, serviced, or replaced by Contract. Analyzer shall provide Bi-directional interface for VISTA and Data Innovations with the patient s name, SSN, accession number, and our hospital full name and address appearing on the printout. Analyzer shall contain a barcode scanner/reader for patient samples (automated) and controls. Contractors shall include QC program in the contract for inter-laboratory comparisons. 120 specimens/hr for Output- desired. Specimen racks for different size of specimens or caps on specimens. Initial training slots for two technologists per analyzer. Total training slots of four for the duration of the contract. Availability of the Absolute Value of Neutrophil, Lymphocyte, Monocyte, Esoinophil, Basophil, Red Cell Distributation Width-SD, Red Cell Distribution Width-CV, mean platelet volume, Reticulocyte percentage, Reticulocyte Absolute Value, Mean Reticulocyte Volume (MRV), Immature Reticulocyte Fraction (IRF), Immature Granulocyte absolute value, and Immature Granulocyte percentage. Back-up must be able to use the same reagents and methodology as Primary Analyzer. Desired capability of system to perform dilutions and perform the calculations of the dilutions. Manufacturer controls provided. Slide maker/stainer connected to analyzer Cellavision-automated differential and connectivity /compatible to analyzer ESR automated analyzer(Alifex) RO system capable of providing quality water required for the instrument Toledo Community Based Outpatient Clinic 1 analyzer, Initial training slots for 2 technologists The analyzer shall be FDA approved for Body Fluid testing. Desired ability of analyzers to provide result linearity for WBC, RBC, and platelet counts down to zero, verified on site. Analyzer(s) shall utilize sample tubes with greater than three (3) ml capacity. Analyzer shall have ability to flag Nucleated red blood cells. The ability for remote slide review. Contractor shall provide an Un-interruptible Power Supply (UPS) if recommended for each analyzer. UPS shall be repaired, serviced, or replaced by Contract. Analyzer shall provide Bi-directional interface for VISTA and Data Innovations with the patient s name, SSN, accession number, and our hospital full name and address appearing on the printout. Analyzer shall contain barcode scanner/reader for patient samples (automated) and controls. Contractors shall include QC program in the contract for inter-laboratory comparisons. Ease of interface and patient loading when the Interface is down. 50 specimens/hr for Output. Specimen racks for different size of specimens or caps on specimens. Initial training slots for 2 technologists Availability of the Absolute Value of Neutrophil, Lymphocyte, Monocyte, Eosinophil, Basophil, Red Cell Distribution Width-SD, Red Cell Distribution Width-CV, mean platelet volume, Reticulocyte percentage, Reticulocyte Absolute Value, Immature Granulocyte absolute value, and Immature Granulocyte percentage. Desired capability of system to perform dilutions and perform the calculations of the dilutions. Manufacturer controls provided. Aleda E. Lutz VA Medical Center 2 identical analyzers, Initial training slots for 2 technologists per analyzer, and total training slots of four for the duration of the contract The contractor shall provide two (2) identical analyzers. Backup instrument shall have automated sample loader. Back up instrument shall have 5-part differential. The primary analyzer shall be FDA approved for Body Fluid testing. Desired ability of analyzers to provide result linearity for WBC, RBC, and platelet counts down to zero, verified on site. The ability for remote slide review. Analyzer(s) shall utilize sample tubes with greater than three (3) ml capacity. Analyzer shall have ability to flag nucleated red blood cells. Contractor shall provide an un-interruptible Power Supply (UPS) if recommended for each analyzer. UPS shall be repaired, serviced, or replaced by Contract. Analyzer shall provide Bi-directional interface for VISTA and Data Innovations with the patient s name, SSN, accession number, and our hospital full name and address appearing on the printout. Analyzer shall contain barcode scanner/reader for patient samples (automated) and controls. Contractors shall include QC program in the contract for inter-laboratory comparisons. 120 specimens/hr for output. Specimen racks for different size of specimens or caps on specimens. Total training slots of four for the duration of the contract. Initial training slots for 2 technologists per analyzer Desire availability of the Absolute Value of Neutrophil, Lymphocyte, Monocyte, Eosinophil, Basophil, Red Cell Distribution Width-SD, Red Cell Distribution Width-CV, mean platelet volume, Reticulocyte percentage, Reticulocyte Absolute Value. Backup must be able to use same reagents and methodology as Primary Analyzer Desired capability of system to perform dilutions and perform the calculations of the dilutions. Manufacturer controls provided. 4.) Northern Indiana Healthcare System (VANIHCS) Fort Wayne 2 analyzers, Initial training slots for 2 technologists per analyzer, total training slots of two for the duration of the contract The contractor shall provide two (2) analyzers, a primary instrument and a back-up instrument Identical is preferred, however, due to space constraints a smaller footprint instrument that provides equivalent results will be considered. Backup instrument shall have automated sample loader. Back up instrument shall have 6-part differential including Immature granulocytes. Desired ability of analyzers to provide result linearity for WBC, RBC, and platelet counts down to zero, verified on site. Analyzer(s) shall utilize sample tubes with greater than three (3) ml capacity. Analyzer shall have ability to flag Nucleated red blood cells. Contractor shall provide an Un-interruptible Power Supply (UPS) if recommended for each analyzer. UPS shall be repaired, serviced, or replaced by Contract. Analyzer shall provide Bi-directional interface for VISTA and Data Innovations with the patient s name, SSN, accession number, and our hospital full name and address appearing on the printout. Analyzer shall contain barcode scanner/reader for patient samples (automated) and controls. Contractors shall include QC program in the contract for inter-laboratory comparisons. Instrument must be capable of analyzing up to 75 samples/hour. Initial training slots for 2 technologists per analyzer. Total training slots of two for the duration of the contract Desired availability of the Absolute Value of Neutrophil, Lymphocyte, Monocyte, Eosinophil, Basophil, Red Cell Distribution Width-SD, Red Cell Distribution Width-CV, mean platelet volume, Immature Granulocyte absolute value, and Immature Granulocyte percentage. Backup must be able to use same reagents and methodology as Primary Analyzer Desired capability of system to perform dilutions and perform the calculations of the dilutions. Manufacturer controls provided. Desired Slide maker/stainer connected to analyzer Desired Cellavision- automated differential and connectivity/compatible to analyzer. Northern Indiana Healthcare System (VANIHCS) Marion 2 analyzers, Initial training slots for 2 technologists per analyzer, total training slots of two for the duration of the contract Backup instrument shall have automated sample loader. Back up instrument shall have 5-part differential. Desired ability of analyzers to provide result linearity for WBC, RBC, and platelet counts down to zero, verified on site. Analyzer(s) shall utilize sample tubes with greater than three (3) ml capacity. Analyzer shall have ability to flag Nucleated red blood cells. Contractor shall provide an Un-interruptible Power Supply (UPS) if recommended for each analyzer. UPS shall be repaired, serviced, or replaced by Contract. Analyzer shall provide Bi-directional interface for VISTA and Data Innovations with the patient s name, SSN, accession number, and our hospital full name and address appearing on the printout. Analyzer shall contain barcode scanner/reader for patient samples (automated) and controls. Contractors shall include QC program in the contract for inter-laboratory comparisons. Instrument must be capable of analyzing at least 50 samples/hour. Initial training slots for 2 technologists per analyzer. Total training slots of two for the duration of the contract Desired availability of the Absolute Value of Neutrophil, Lymphocyte, Monocyte, Eosinophil, Basophil, Red Cell Distribution Width-SD, Red Cell Distribution Width-CV, mean platelet volume, Immature Granulocyte absolute value, and Immature Granulocyte percentage. Backup must be able to use same reagents and methodology as Primary Analyzer Desired capability of system to perform dilutions and perform the calculations of the dilutions. Manufacturer controls provided. Desired Slide maker/stainer connected to analyzer Desired Cellavision- automated differential and connectivity/compatible to analyzer. Northern Indiana Healthcare System (VANIHCS) St. Joseph/Mishawaka 2 analyzers, Initial training slots for 2 technologists per analyzer, total training slots of two for the duration of the contract Backup instrument shall have automated sample loader. Back up instrument shall have 5-part differential. Desired ability of analyzers to provide result linearity for WBC, RBC, and platelet counts down to zero, verified on site. Analyzer(s) shall utilize sample tubes with greater than three (3) ml capacity. Analyzer shall have ability to flag Nucleated red blood cells. Contractor shall provide an Un-interruptible Power Supply (UPS) if recommended for each analyzer. UPS shall be repaired, serviced, or replaced by Contract. Analyzer shall provide Bi-directional interface for VISTA and Data Innovations with the patient s name, SSN, accession number, and our hospital full name and address appearing on the printout. Analyzer shall contain barcode scanner/reader for patient samples (automated) and controls. Contractors shall include QC program in the contract for inter-laboratory comparisons. Instrument must be capable of analyzing at least 50 samples/hour. Initial training slots for 2 technologists per analyzer. Total training slots of two for the duration of the contract Desired availability of the Absolute Value of Neutrophil, Lymphocyte, Monocyte, Eosinophil, Basophil, Red Cell Distribution Width-SD, Red Cell Distribution Width-CV, mean platelet volume, Immature Granulocyte absolute value, and Immature Granulocyte percentage. Backup must be able to use same reagents and methodology as Primary Analyzer Desired capability of system to perform dilutions and perform the calculations of the dilutions. Manufacturer controls provided. Desired Slide maker/stainer connected to analyzer Desired Cellavision- automated differential and connectivity/compatible to analyzer Battle Creek VA Medical Center and Wyoming VA Health Care Center 2 analyzers (1 for each facility), initial training slots for 2 technologists per analyzer The analyzer shall be FDA approved for Body Fluid testing. Desired ability of analyzers to provide result linearity for WBC, RBC, and platelet counts down to zero, verified on site. Analyzer shall have ability to flag nucleated red blood cells where present Contractor shall provide an Un-interruptible Power Supply (UPS) if recommended for each analyzer. UPS shall be repaired, serviced, or replaced by Contract. Analyzer shall provide Bi-directional interface for VISTA and Data Innovations with the patient s name, SSN, accession number, and our hospital full name and address appearing on the printout. Analyzer shall contain barcode scanner/reader for patient samples (automated) and controls. Contractors shall include QC program in the contract for inter-laboratory comparisons. The ability for remote slide review. Ease of result recovery from analyzer when the Interface is down. 110 specimens/hr for Output. Specimen racks for different size of specimens or caps on specimens. Initial training slots for 2 technologists per analyzer Availability of the Absolute Value of Neutrophil, Lymphocyte, Monocyte, Eosinophil, Basophil, Red cell distribution width, mean platelet volume, Reticulocyte percentage, Reticulocyte Absolute Value Desired capability of system to perform dilutions and perform the calculations of the dilutions. Manufacturer quality control materials provided. Identical analyzer provided for Wyoming VA Health Care Center
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25018Q9102/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q9102 36C25018Q9102.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4206480&FileName=36C25018Q9102-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4206480&FileName=36C25018Q9102-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q9102 36C25018Q9102.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4206480&FileName=36C25018Q9102-000.docx)
- Record
- SN04879594-W 20180407/180405231149-05678b5955381aefb2b48ce215cb2d09 (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 |