DOCUMENT
65 -- IHC Autostainer Bond System NOTICE of INTENT to SOLE SOURCE Closing Date: August 20, 2018 - Attachment
- Notice Date
- 8/13/2018
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218Q9888
- Archive Date
- 9/12/2018
- Point of Contact
- John M. Norway
- Small Business Set-Aside
- N/A
- Description
- Background Information Immunohistochemistry (IHC) staining is widely used in the diagnosis of abnormal cells such as those found in cancerous tumors. Anatomic Pathology Services is requesting this immunohistochemistry stainer so that the slides may be prepared to allow the pathologists to differentiate different malignancies at a better turnaround time. Currently, the tissues that need immunohistochemistry staining are sent to a reference lab for staining and reading. VAMC sends approximately 300 specimens out, which results in approximately 1000 slides per year. These numbers are expected to increase as our patient population and the complexity of diagnoses rendered increases. The immunohistochemistry stainer will also be used for confirmation of molecular testing of microsatellite instability (MSI) done at James J. Peters VAMC, Bronx NY. Scope: Item: Automated Immunohistochemistry Slide Stainer Quantity: 1 Description of requirement: Leica Microsystems Bond III Must meet the following requirements: Open system with continuous processing. Location Floor model with the smallest foot print. Slide Capacity 30 slides stained in 2.5 hours. Onboard integrated antigen retrieval. Reagent mixing method Capillary cover tiles (not mix or gap) Robotic movement Matrix/array (cannot be rotary) Slide heating yes Least amount of hazardous waste accumulation. Capability for In Situ Hybridization testing (ISH) and Immunohistochemistry run simultaneously without delaying staining time- Yes No post washing with soap to eliminate oily residues-YES Flexibility to link to any Lab information system which will help in linking to whichever barcoding technology the lab will adopt in the future as part of the bar coding enhancement project. Applicable Documents: ISO documents. Contractor Requirements: The contractor will provide all equipment, parts, service and maintenance necessary for reagent/instrument rental operation of the equipment and shall pay routine shipping fees for such. Instrumentation and manuals: Instrumentation shall be delivered no later than November 15, 2018. Required hardware and software upgrades, Initial validation of the equipment, Initial Protocol set up for antibody staining as well as necessary training, shall be provided at no additional expense. The contractor shall provide on-site support to assist with performance of validation studies. Vendor shall perform all required statistical analyses and report data in an organized, clear comprehensible format. The contractor shall ensure that installation of equipment, validation studies and all other tasks that are necessary for implementation of this agreement are completed prior to March 1, 2019. Vendors should provide a list or otherwise specify all maintenance requirements/tasks to be performed by the IHC stainer operator(s) as well as the service engineers. Vendors should provide commercial literature, other information describing compliance with technical specifications, and all customer references from successful installations over the past year. Technical support services: Technical support services shall be provided at no additional charge Technical support by telephone shall be available 24 hours a day, 7 days per week. On-site technical support shall be available 8:00 a.m. 5:00 p.m. central time, Monday through Friday, excluding Federal holidays. Technical support shall return all downtime calls within one hour. Should on-site service be required, the contractor s field service organization shall provide on-site service response within 24 hours after being contacted. The repair person shall also, prior to departure, provide the visited site with written documentation of services performed. The contractor shall provide, at no charge, all labor, travel, and parts necessary to make repairs. Repair service is expected to be provided 8:00 a.m. 5:00 p.m. eastern time, Monday through Friday, excluding Federal holidays. Operator Training: Contractor shall provide operator training for up to two (2) persons per stainer the first year at no additional cost. Contractor shall provide all tuition, training materials, airfare, lodging, and meals. Additional on-site training shall be provided as needed at no additional costs as per Contractor s training schedule. Value-added Items: All value-added items provided by the Contractor shall be the property of JAMES J. PETERS VAMC and will not be returned at the end of the agreement unless the VAMC ends the agreement prior to the year 2019. Contractor shall provide the following value-added items at no additional costs: 1. Uninterruptible Power Supply (UPS) for each stainer. Systems shall be installed and maintained by the contractor. Preventive maintenance shall be performed in accordance with manufacturer s recommended guidelines. Batteries should be replaced prior to expiration date provided by the manufacturer. 2. All ancillary equipment/furniture needed to support instrumentation. Computer Hard Drives: Per James J. Peter VAMC Information Security Policies, no hard drives or computer disks containing VA patient information will be removed from VA facilities. At the time of turn-in or removal due to failure, the VA facility will remove all sensitive data from information systems storage devices or render the data from these systems unreadable. No Federal Information Processing equipment will be discontinued from rental/lease or exchange without compliance with this requirement. No charge will be incurred by James J. Peters VAMC for any hard drive that is removed from the instrument.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9888/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9888 36C24218Q9888.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537920&FileName=36C24218Q9888-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537920&FileName=36C24218Q9888-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9888 36C24218Q9888.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4537920&FileName=36C24218Q9888-000.docx)
- Record
- SN05034987-W 20180815/180813231619-58400be0269ac27b85852c19994da14a (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 |