Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
DOCUMENT

66 -- Bio-Fire Reagents - Attachment

Notice Date
8/16/2018
 
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
36C25718Q9915
 
Response Due
8/23/2018
 
Archive Date
10/22/2018
 
Point of Contact
Phil Campos
 
Small Business Set-Aside
N/A
 
Description
The Amarillo VA Health Care System (AVAHCS) 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 or 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 NOON PM Central Time August 23, 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. STATEMENT OF WORK (SOW) Scope Vendor will provide Verification and Reagent kits compatible with the BioFire Film Array Instrumentation in the Microbiology Laboratory of Pathology & Laboratory Medicine Service at Audie L. Murphy VA Hospital. The FDA Approved Film Array Panel tests for a comprehensive set of pathogens. These panels aid in quickly identifying the correct pathogen and ensure appropriate treatment, patient management and help decrease infectious diseases which can lead to severe illness or death. 20-BCID Panel Kits (RFIT-ASY-0126) 30-GI Panel Kits (RFIT-ASY-0116) 8-ME Panel Kits (RFIT-ASY-0118) 10-RP2 Panel Kits (RFIT-ASY-0129) 1-RP2 Verification Kit (FLM1-ASY-0147) 1-Verification Package-FA 2.0 Instrument, ME (FLM1-ASY-0145) Bio Fire Diagnostics is the only company that provides the reagents and supplies compatible with the Bio Fire Film Array Instrumentation. At this time, there is no third party capable of producing or providing compatible reagents or supplies that will not compromise the integrity and warranties on the Bio Fire Instrumentation in place. These items shall be of the highest quality, to assure precision and accuracy. Expiration date must be clearly marked all supplies. Alert/Notification of any delays in shipment as well as any or all technical advisory/recalls/alerts, prior to or simultaneously with field alerts should be forwarded to the designated individuals determined at contract award. Special handling for emergency orders of supplies: If the supplies are found to be defective and unsuitable for use with the Microbiology Laboratory equipment, or the Contractor has failed to comply with the requirements for routine supply delivery, the Contractor is required to deliver the supplies within 24 hours of receipt of a verbal order for emergency delivery. If either circumstance has occurred, the Contractor shall deliver to the Government site in the most expeditious manner possible without additional cost to the Government, the necessary consumables in sufficient quantity as required to allow operation of the Contractor s Core Laboratory equipment for one week (under normal Government test load volume). If additional requests for emergency supply delivery are required by the Government, they shall be honored by the Contractor until the arrival at the laboratory of the monthly standing order/routine supplies delivery. Location These verification and reagent kits will be used in the Microbiology Laboratory located in the Pathology and Laboratory Medicine Service s San Antonio Laboratories of the STVHCS. Deliverables/Supplies Verification and Reagent kits for the Bio Fire Film Array Instrumentation for use in the Microbiology Department. Government Inherent Functions: Contractor shall not perform inherently governmental functions. This includes, but is not limited to, determination of agency policy, determination of Federal program priorities for budget requests, direction and control of government employees, selection or non-selection of individuals for Federal Government employment including the interviewing of individuals for employment, approval of position descriptions and performance standards for Federal employees, approving any contractual documents, approval of Federal licensing actions and inspections, and/or determination of budget policy, guidance, and strategy. General Duties, Requirements, and Expectations: Be professionally competent to handle required duties. Work with staff to ensure safety measures are in place and documented. Services provided under the terms of this contract are required to be in compliance with the American Association of Blood Banks (AABB) and College of American Pathologists (CAP) accreditation policies and all applicable Federal, State and Government laws required by the Veteran s Healthcare System. Information Systems Officer, Information Protection:       The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody.   Privacy Officer:   The contractor will not have access to Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA. Records Manager:   There will be no federal records created, maintained, used or dispositioned with this contract;  regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.].
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAHCS/VAAHCS/36C25718Q9915/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q9915 36C25718Q9915.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547651&FileName=36C25718Q9915-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547651&FileName=36C25718Q9915-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;7400 Merton Minter Blvd;San Antonio, TX
Zip Code: 78229
 
Record
SN05040236-W 20180818/180816231125-c8c3e1999b332ad5dbc4bb7e5c034fce (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.