DOCUMENT
66 -- Chem/Immunochem Analyzer with Track System AA & Toledo - Attachment
- Notice Date
- 8/22/2018
- Notice Type
- Attachment
- NAICS
- 325413
— In-Vitro Diagnostic Substance 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
- 36C25018Q9755
- Response Due
- 9/5/2018
- Archive Date
- 11/4/2018
- 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 Chemistry/Immunoassay Analyzers with Track System for the VA Ann Arbor Healthcare Center and Toledo CBOC. 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 Wednesday, September 5, 2018 at 4:30PM, EDT, referencing (36C25018Q9755). 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. Demonstrations must be completed between August 27, 2018 and August 31, 2018. No demonstrations will be allowed after August 31, 2018. Please see requirements below: VA ANN ARBOR HEALTHCARE SYSTEM (VAAAHS): The contractor shall provide two (2) automated chemistry, immunoassay analyzers for pre analytical and post analytical automation with a track system, middleware management system, high performance server rack, software, hardware, UPS (uninterrupted power supply), Printer, Toner, all parts and materials, technical manuals, reagents, consumable supplies, shipping and handling costs associated with receipt of reagents, preventative and repair maintenance agreement, operator training in the operation of and performance of preventive maintenance on the automated chemistry and immunoassay analyzers. The analyzer should be a consolidation of current instruments/vendor with automation to a possible single vendor solution. Track system should have capacity to handle scalability and flexible to future growth with modular instrument connection to third party analyzers. Pre- analytical (in-put out-put module) and Post analytical automation and track system must include one (1) pre- analytical module with two (2) centrifuges with refrigeration capabilities, aliquoter module, decapper and recapper module, sealer module, and storage retrieval module for track system with continuous monitoring of specimen identification. The VAAAHS requests one (1) base year cost per test contract for the VAAAHS that includes four (4) additional option years to provide patient specimen Chemistry/Immunochemistry testing including automation system. TOLEDO COMMUNITY BASED OUT-PATIENT CLINIC (TCBOC): The contractor shall provide one (1) automated chemistry analyzer, decapper and recapper module, software, hardware, UPS (uninterrupted power supply), Printer, Toner, all parts and materials, technical manuals, reagents, consumable supplies, shipping and handling costs associated with receipt of reagents, preventative and repair maintenance agreement, operator training in the operation of and performance of preventive maintenance on the automated chemistry analyzer. The TCBOC requests one (1) base year cost per test contract for the TCBOC that includes four (4) additional option years to provide patient specimen Chemistry testing. The analyzer should be a consolidation of current instruments/vendor with automation to a possible single vendor solution
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25018Q9755/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q9755 36C25018Q9755.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554314&FileName=36C25018Q9755-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554314&FileName=36C25018Q9755-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q9755 36C25018Q9755.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4554314&FileName=36C25018Q9755-000.docx)
- Record
- SN05051693-W 20180824/180822231623-6eccd760500fac4f3390531e854f854d (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 |