DOCUMENT
66 -- Immunofluorescence Antibody Assay (equipment, reagents, controls, supplies, maintenance, repair and training) on a Cost per Reportable Result basis for the Rocky Mountain Regional VA Medical Center in Aurora, CO. - Attachment
- Notice Date
- 4/12/2018
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25918Q9504
- Response Due
- 4/18/2018
- Archive Date
- 5/18/2018
- Point of Contact
- Juanita Street
- E-Mail Address
-
a.Street@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 2 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs, VHA, Network Contracting Office (NCO) 19 Rocky Mountain Acquisition Center is seeking potential sources that are capable of providing Immunofluorescence Assay Analyzer (IFA), including all equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item necessary for the generation of a patient Cost per Reportable Result (CPRR). This requirement is for the Rocky Mountain Regional VA Medical Center in Aurora, CO, Pathology and Laboratory Department. NCO 19 is performing market research to determine if there is sufficient number of qualified (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms who can fulfill the requirement. This Sources Sought notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All SDVOSB, VOSB, small and large businesses capable of fulfilling the requirement are invited to respond. NAICS code to be used for this acquisition is 334516. All interested firms who can meet the requirements stated below should respond, in writing, with information describing their interest, capabilities, geographic location and indicate which business category (SDVOSB, VOSB, Small Business, or Large Business) for which they qualify and all interested firms should indicate whether they have a NAC or GSA contract by replying with their applicable contract number. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments Responses and questions may be submitted electronically to: Juanita.Street@va.gov in a Microsoft word compatible format no later than Wednesday, April 18, 2018, at 12:00pm Mountain Time. PHONE CALLS NOT ACCEPTED. SUMMARY OF REQUIREMENTS: 1. SCOPE: Contractor shall provide all equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of its' contractor owned Immunofluorescence Assay Analyzer (IFA) necessary for the generation of a patient Cost Per Reportable Result (CPRR). 2. DEFINITION OF CPRR: The per reportable result price shall include costs covering (a) equipment use, (b) all reagents, standards, controls, supplies, consumable/disposable items, parts, software, middleware that enables efficient communication between LIS and instrument which provides a flexible rule engine to automate routine tasks, reruns, reflex testing, accessories and any other item required for the proper operation of the contractor s equipment and necessary for the generation of a patient reportable result. This does not include those items approved for exclusion by the government such as printer paper, labels etc. This per patient reportable result price shall also encompass all costs associated with dilution, repeat, titration and confirmatory testing required to produce a single patient reportable result. It will also include the material to perform as well as all other costs associated with quality control, calibration and correlation study testing that is prescribed by the Clinical and Laboratory Standards Institute (CLSI). (c) All necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs and (d) training for Government personnel. Contractors are required to provide delivery, installation and removal of equipment at no additional charge. 3. ASSAYS: Offered models of clinical laboratory Immunofluorescence Assay (IFA) analyzers shall be capable of producing accurate and reproducible assays on biological and other specimens by established in vitro diagnostic methods. Contractor IFA system shall be capable of performing the following Clinical Immunofluorescence Assays: a. ANA b. ANA with Reflex 5. MUST NOT REQUIRE DARKROOM: The analyzer must have a built in IFA microscope in the system that communicates with data management for technologist final review and approval of result without requiring a darkroom.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q9504/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918Q9504 36C25918Q9504.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4223724&FileName=36C25918Q9504-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4223724&FileName=36C25918Q9504-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918Q9504 36C25918Q9504.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4223724&FileName=36C25918Q9504-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Rocky Mountain Regional VA Medical Center;Pathology and Laboratory Department;1700 Wheeling Street;Aurora, CO
- Zip Code: 80045
- Zip Code: 80045
- Record
- SN04887091-W 20180414/180412230718-add8f039ee940faba928b32570f62bd9 (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 |