Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2020 SAM #6799
SOURCES SOUGHT

68 -- Blood Products and Ancillary Testing Services

Notice Date
7/9/2020 10:33:57 AM
 
Notice Type
Sources Sought
 
NAICS
621991 — Blood and Organ Banks
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0802
 
Response Due
8/10/2020 11:00:00 AM
 
Archive Date
11/08/2020
 
Point of Contact
Ronald Kline, Contracting Officer, Phone: (412) 822-3755
 
E-Mail Address
Ronald.Kline@va.gov
(Ronald.Kline@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 621991 (size standard of $32.5 mil). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN4, Network Contracting Office 4, is seeking sources that can provide Blood Products and Ancillary testing that at a minimum meets the following salient characteristics for the VA Healthcare System: Altoona, PA The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. Responses to this notice shall be submitted via email to ronald.kline@va.gov. Telephone responses shall not be accepted. Responses must be received no later than August 10, 2020. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK BLOOD/BLOOD COMPONENTS SUPPLIER & IMMUNOHEMATOLOGY REFERENCE LABORATORY A. Specifications: 1. An FDA-licensed blood supplier will supply the Altoona Veterans Affairs Medical Center, 2907 Pleasant Valley Blvd, Altoona, PA 16602 with blood/blood components for transfusion services as well as specialized reference laboratory support such as consultation service, assistance in resolving complex antibody problems, and assistance in locating rare or unusual blood units to meet the transfusion needs of the patient. All whole blood and blood components provided to patients in VA medical centers must meet the requirements of the Food and Drug Administration (FDA). 2. Autologous blood/blood components must be typed for ABO and Rho(D) in accordance with licensed methodologies and must be tested for all transfusion transmitted disease markers currently required by the FDA. 3. All blood/blood components must be collected from donors in accordance with the requirements of the FDA. 4. All blood/blood components must be labeled, stored, and shipped in accordance with the current regulations of the FDA. In the event that these regulations change during the course of the contract, the contractor shall implement the necessary changes as directed/recommended by the regulatory and accrediting agencies. 5. In the event of a recall, Contractor shall promptly send copies of the recall request to the Laboratory Medical Director at the VA medical center where the blood product was issued. RECALL is defined as: A request from the supplier of blood component to return a specific unit(s) which was inadvertently issued to the VA medical center, regardless of the reason, or was issued to the VA medical center prior to the receipt of information about a donor which would have prevented such release. 6. The contractor must be capable of providing the blood components and specialized testing on a 24-hour per day, seven days per week basis. 7. The Contractor shall modify products as requested and as necessary for the protection of the patient, to include, but not limited to leukocyte reduction and irradiation. 8. In order to maintain efficiacy in transfusion, blood and blood components will be maintained during storage and transport to the VA Medical Center according to guidelines published by the American Association of Blood Banks (AABB.) 9. The supplier will work cooperatively with the VA Medical Center in order to provide effective management of blood inventory. This includes release and transfer of blood and blood products to reduce waste related to product expiration. 10. If the possibility of potentially infectious blood or blood components being supplied to the VA Medical Center exists, the supplier will agree to notify the VA Medical Center in writing with related information to include donor unit number, date supplied, and date confirmed. This notification will occur within seven (7) business days of confirmation. 11. The Contractor shall provide a quantity and/or type specific or type compatible products to include but not limited to the following products in-order to meet the needs of the Altoona VAMC: Minimal Altoona VAMC Inventory: Leukoreduced Plateletpheresis/ Red Blood Cells FFP Random Platelets O Pos 2 As needed As Needed O Neg 2 A Pos 2 As needed As Needed A Neg As Needed B Pos As Needed As needed As Needed B Neg As Needed AB Pos As Needed As needed As Needed AB Neg As Needed *Altoona VAMC shall have the capability to adjust quantity of units and blood type of inventory needed based on adjusting needs of the facility. 12. If the Contractor fails to meet FDA requirements, the contractor will continue to be responsible for supplying the Altoona VAMC with blood products obtained and tested at another FDA accredited facility as stated herein at the agreed upon pricing. No additional charges shall be imposed on the Altoona VAMC if the Contractor must import products. 13. The supplier must include the assigned purchase order number (which is provided by the Altoona VAMC) on all invoices for payment. C. Orders/Deliveries 1. Orders will be categorized into two types: routine and STAT. All product pricing will be the same for routine and STAT deliveries. These categories are defined as follows: a. Routine-Shipments of blood products to maintain minimum inventory levels b. STAT A need for blood products so acute that a patient s life could be jeopardized if the request for blood products is unfulfilled. STAT orders must be delivered as soon as possible. Contractor repositories in close proximity to the Altoona VAMC may be utilized for STAT orders of blood products. 2. Contractor shall make delivery services for blood and blood components available to the VA laboratory 24 hours per day, seven days a week, 365 days a year, subject to blood product availability. Should the contractor be unable to provide delivery at a specific time (ex. Holiday), Altoona VAMC will be notified in advance. 3. Altoona VAMC will order blood products on an as needed basis. No standing order will be established. Jen Period of performance for base year contract is 10/01/20-09/30/21. SECURITY LANGUAGE 1. The Vendor is required to comply with physical security guidelines by either checking in with the VA Police each time they come on-site to perform contracted services or by obtaining a VA Contractor ID badge from the VA Police. 2. Contractor may not have access to any VA sensitive information or computer access under this contract. 3. No vendor computer equipment can be connected to the VA Network at any time. 4. Contractor must be escorted at all times by VA staff or if not escorted the contractor must complete VA Privacy Training (TMS 20939). This training can be done on paper and filed in the Contract Folder. CLINS: Item Number Description Ref CLIN Comment Quantity Unit of Measure 0001 Leukoreduced Red Blood Cells 125 UN 0002 PlateletsĀ  30 UN 0003 Plasma, Fresh FrozenĀ  1 UN 0004 Cryoprecipitate 1 UN 0005 Irradiation 60 UN 0006 Reference Lab Charges 1 YR DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), 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 RFI. A.1 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) A.2 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond . The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond , until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5edcb3342abc417cb6ce371de913b074/view)
 
Place of Performance
Address: VA Medical Center 2907 Pleasant Valley Blvd., Altoona 16602, USA
Zip Code: 16602
Country: USA
 
Record
SN05716946-F 20200711/200709230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.