DOCUMENT
66 -- Instrumental Rental Agreement - Attachment
- Notice Date
- 7/31/2018
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 00504;Department of Veterans Affairs;Contracting Section;7201 I-40 West Suite 100;Amarillo TX 79106
- ZIP Code
- 79106
- Solicitation Number
- 36C25718R0844
- Response Due
- 8/10/2018
- Archive Date
- 10/9/2018
- Point of Contact
- Phil Campos
- Small Business Set-Aside
- N/A
- Description
- The North Texas Department of Veterans Affairs in Dallas Texas is seeking Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB) or Small Business (SB) sources capable of meeting the requirement listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 13. NOTE: TO QUALIFY SDVOSB AND VOSB VENDORS MUST BE CERTIFIED IN THE VA VENDOR INFORMATION PAGES (VIP) DATABASE. The North American Industry Classification System (NAICS) is 334516. Any SDVOSB, VOSB, Small Business firms who wish to identify their interests and capability to provide this service must provide information by notifying the Contract Specialist no later than 5:00 PM Central Time Aug 10, 2018. Notification shall be e-mailed to Phil Campos, at canuto.campos@va.gov. DISCLAIMER This Source Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Notice that is marked as proprietary will be handled accordingly. In accordance with the Federal Acquisition Regulation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Notice. SCOPE Statement of Work Instrument Rental Agreement for GeneXpert Test Systems for BCR/ABL1 Testing 1.0 Purpose Request Instrument Rental agreement for one (1) GeneXpert II, one (1)Testing Site Systems with 6 Color Modules, one (1) Desktop Computer, Dx Software; One (1) Black & White Printers, One (1) UPS, for BCR/ABL1 testing. 2.0 Scope Vendor will provide one (1) GeneXpert II, one (1)Testing Site Systems with 6 Color Modules, one (1) Desktop Computer, Dx Software; One (1) Black & White Printers, One (1) UPS, with designated options, on-site initial training for instrument and new assays, 24/7 telephone technical support, and business-hours service plan for all equipment. The test menu must include BCR/ABL1 test and fit designated footprint of Pathology & Laboratory Medicine Service (P&LMS) at the Dallas VA will order reagents and supplies from Cepheid as needed to perform testing on the analyzer. 3.0 Location Instrument will be located in the Molecular Diagnostics section of Client Services & Immunopathology, Pathology & Laboratory Medicine Service at VA North Texas Health Care System, 4500 S. Lancaster Rd, Dallas, TX 75216. 4.0 Performance Maintenance includes the following: 4.1.1 Inventory and recording of systems components. 4.1.3 All system and software upgrades will be provided and installed by the vendor at no cost to the government. 4.1.4 Testing all components for proper test performance. Equipment shall reproduce results according to manufacturer s specifications. 4.2. Repairs and Support. 4.2.1 Technical Support: Support Personnel will be available by telephone 24/7. 4.2.2.1 On-site Repairs: With respect to any technical support issue with the test system, printer, ore UPS that the vendor determines to require replacement, the vendor will send the replacement module normally within 24 business hours after the complaint has been logged by Customer Support. This includes all components of the Cepheid GeneXpert II 2 Testing Site system. Replacement module is shipped overnight and at no cost to the government. VANTHCS will decontaminate and package the defective unit per vendor s instructions and return it to the vendor. Vendor will supply return postage at no cost to the government. 4.3. Vendor shall remove all parts, equipment or materials replaced, or upgraded by the vendor due to and not limited to repairs, replacements, recall, and upgrades without any cost to the government. 4.4 Training: The vendor will provide onsite training for the analyzer during initial installation and with any new assays. 4.4.1 Vendor will provide all training materials free of charge. 4.4.2 Validations: The vendor will provide initial installation and validation assistance of the new system and any replacement systems. 4.5 Safety 4.5.1 Vendor shall immediately notify the service of any changes in reagent composition, procedure modification, recall notification or any changes that will affect the performance of the test or procedure according to FDA regulations. 4.6 Test Performance: All test, procedures, and equipment must perform at manufacturer specifications; deviations from the performance specifications shall be corrected by the vendor. 4.6.2. All test performance will be evaluated by and not limited for performance thru peer comparison, quality control and CAP peer evaluation. 5.0 Deliverables/Supplies Instrument Rental agreement for one (1) GeneXpert II, one (1)Testing Site Systems with 6 Color Modules, one (1) Desktop Computer, Dx Software; One (1) Black & White Printers, One (1) UPS with designated options. 5.1 The vendor shall provide one on-site customer training slot to meet the objectives identified in paragraph 4. In addition, the vendor shall provide handouts and training materials in sufficient quantity for each participant when applicable. The vendor shall provide lesson plan, course materials and media (DVD s, CD s, videos, etc. if required), and editable procedures at no additional cost. 5.2 The vendor shall deliver all equipment necessary for test performance at no additional cost. 5.2.1 The vendor shall deliver all and not limited to operational, maintenance, troubleshooting, repairs, equipment specifications and test manuals. 5.3 The vendor shall install the equipment and perform test verification according to manufacturer specification and CAP requirements. Vendor shall provide annual linearity/verification. 6.4 The vendor shall provide equipment: reagents and supplies for C.Diff, CT/NG, and Influenza testing. 5.4.1 In the event that requested supplies are on back-order, vendor is to proactively provide information as to the estimated time of availability and to provide updates when applicable. 5.5 The vendor shall deliver all invoices for review according to the established contract at the end of each billing cycle. 5.5.1 All items not contracted shall be specifically detailed on the invoice including description, quantity acquired, and government cost. 5.6 Remedies: 5.6.1 Any changes in reagents or equipment modifications shall be immediately disclosed by the vendor electronically as well as by postal mail with supporting documentation of the change and, detailed guidance against implementation within twenty-four hours of its application. 5.6.2 Additional charges incurred by the government to provide the continuity of contracted tests to patients and not limited to out sourcing, transportation and or any other additional cost shall be covered by the vendor at no additional charge to the government 6.1 Instrument must consist of the following to meet the needs of the customer: The GenXpert system is the only random-access instrument with FDA approval for molecular testing for BCR/ABL1 testing. Unit can be interfaced via Data Innovations (DI). Does not use the following software: Windows XP Embedded Service Pack 3, Windows Server 2003 or Windows XP
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAHCS/VAAHCS/36C25718R0844/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718R0844 36C25718R0844.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4518031&FileName=36C25718R0844-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4518031&FileName=36C25718R0844-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718R0844 36C25718R0844.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4518031&FileName=36C25718R0844-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;North Texas Health Care system;4500 S. Lancaster Road;Dallas, Texas
- Zip Code: 75216
- Zip Code: 75216
- Record
- SN05013382-W 20180802/180731230932-3b5a8760c540c4582875286e69cb0343 (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 |