Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2022 SAM #7643
SOURCES SOUGHT

66 -- Sources Sought CD Cell Flow Marker

Notice Date
11/1/2022 4:46:02 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24223Q0077
 
Response Due
11/8/2022 1:00:00 PM
 
Archive Date
02/06/2023
 
Point of Contact
Tina M Cavalieri, Tina.Cavalieri@va.gov, Phone: (914) 737-4400 x2065
 
E-Mail Address
tina.cavalieri@va.gov
(tina.cavalieri@va.gov)
 
Awardee
null
 
Description
3 This is a Sources Sought Notice only. This is not a Request for Quote. The purpose of this notice is to conduct market research and obtain information from qualified Contractors who are able to meet the requirements listed. This is not a solicitation. A solicitation will be issued at a later date. This notice does not restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary. The Government will not pay for information requested nor will it compensate any Contractor for any cost incurred in developing information provided to the Government. The U.S. Department of Veterans Affairs, Network Contracting Office 2, and the James J. Peters VAMC will issue a contract for the performance of CD marker testing using Flow Cymotetry. Flow cytometry is a testing system used for cell sorting and analysis using fluorescent properties to measure CD4 T lymphocytes in diagnostic testing, (base plus 4 options). To the James J. Peters VAMC laboratory department. Bronx VAMC(James J. Peters VAMC) See the list of requirements The NAICS Code is 334516 Analytical Laboratory Instrument Manufacturing Interested Contractors are reminded that in accordance with FAR 4.12, prospective Contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Your response needs to address how you will meet the Government's requirements. All Contractors that are interested, regardless of their business type, and qualified to meet these requirements are asked to submit the following information: 1) Company Name: 2) Company Address: 3) UEI Number: 4) Company POC Name: 5) Company POC Phone Number: 6) Company POC Email Address: 7) Company Website: 8) Business type: (Large, Small, Woman-Owned, VOSB/SDVOSB, etc.): Please identify your company's small business size standard and applicable NAICS code. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. 9) You MUST be able to provide ALL items listed. Note: If claiming SDVOSB or VOSB, the firm must be registered and CVE verified in VetBiz Registry http://www.vetbiz.gov/; also include VetBiz certification. Please send your responses by email no later than 4:00 PM on November 8, 2022 to Tina Cavalieri, Contracting Officer, at Tina.Cavalieri@va.gov, referencing the following 36C24223Q0077-CD Cell Marker for James J. Peters VAMC. NO PHONE CALLS. STATEMENT OF WORK James J. Peters VA Medical Center Pathology & Laboratory Medicine Service-Blood Bank Section 130 West Kingsbridge Road Bronx, NY 10468 Title of Project: Flow Cytometry/CD Marker Testing Long term contract Introduction: A local long term contract for James J. Peters Veterans Affairs Medical Center (JJP VAMC), Bronx, New York, is needed to perform CD marker testing using Flow Cytometry. Flow cytometry is a testing system used for cell sorting and analysis using fluorescent properties to measure CD4 T lymphocytes in diagnostic testing. The CD marker testing results are used by providers to initiate retroviral therapy, determine the patient s response to the therapy, and monitor disease progression for patients infected with HIV. This testing provides insight into how the patient s immune system is impacted by the HIV virus and is an essential tool used for making decisions regarding prophylaxis for opportunistic infection and evaluating the immunological effect of antiretroviral therapy. Background: The JJP VAMC Pathology & Laboratory Medicine Service is seeking a Cost Per Reportable Result (CPRR) contract as a method for acquiring the equipment, middleware, service, reagents, controls, and all other materials needed for CD marker testing and results. Performance Period: The contractor shall provide the service required under this Statement of Work for a base + 4 option years. Type of Contract: Firm Fixed Price/IDIQ Place of Delivery: James J. Peters Veterans Affairs Medical Center Pathology & Laboratory Medicine Service, Blood Bank Section, Room 2B-15 130 West Kingsbridge Road Bronx, New York 10468 Statement of Work/requirements: The JJP VAMC laboratory is seeking along term local Cost Per Reportable Result (CPRR) contract as a method for acquiring the equipment, reagents, controls, and materials needed for testing approximately 1,500 samples per year. Test volume is estimated and based on FY 2022 testing volume. Pricing shall include the latest model analyzer and any other equipment needed to view and process patient specimens and generate reports, including data middleware, computer screen, & color printer as well as the reagents, controls, calibrators, consumables, and other items needed to produce a test result. Service and support agreements are critical to ensuring excellent and continuous quality of care by ensuring optimum performance of testing equipment. Maintenance and support of equipment is required and shall include service, replacement parts, and preventive maintenance. Equipment: One fully automated, single platform, modular, bench top, flow cytometer analyzer. Auto loader system that allows load and go walk away automation. Easy to use data management system with user friendly software to access and review test results, controls, calibrations, and Levey-Jennings Plots. Software upgrades are to be provided at no additional cost to the government as they become available. One color monitor and one color printer are required to view & print patient s test results & scatter-grams. Bar coding capability is desired for reagents, quality controls, and specimens. LIS bi-directional interface availability including any middleware or hardware needed to provide communication with VA Vista & CPRS computer systems. Uninterrupted power supply (UPS) is required for each piece of equipment vulnerable to power fluctuations. Use of UPS avoids damage to analyzer, loss of test data/results and increased costs due to repeat testing, increased reagent usage, & technologist time. Equipment must comply with all applicable federal, state, and local requirements, accrediting agency standards, and VA and regulatory requirements. Service & Support: Service and support agreements are critical to providing excellent and continuous quality of care by ensuring optimum performance of testing equipment and require the following: Technical support telephone hotline for troubleshooting available 24 hours per day from Monday to Friday. Same day service call back response is required within 4 hours for unresolved issues using telephone hotline technical support. On site field service is required within 24 hours for repairs. In person technical support is required for preventive maintenance, equipment repairs and/or replacement. Service agreement shall include all costs for parts, labor, and preventive maintenance to ensure optimal equipment performance. UPS maintenance, repair, or replacement is required during life of the contract. Detailed service reports are required after each service call. Training: Operator training is required for current testing personnel with additional training availability for new testing personnel, as needed. Training may be provided on site or at vendor s training facility. On-site operator training by the vendor shall include operation of the cell flow analyzer, use of data management system, routine maintenance & cleaning of the analyzer, analyzer troubleshooting for the current testing staff, and distribution of training manuals, handouts, DVDs, & vendor internet site access, when available. Off-site operator training at the vendor facility shall include instrument training, data management, routine maintenance & cleaning, and instrument troubleshooting when available. All off-site training costs shall be provided by the vendor and shall include travel, lodging, and board. A complete training manual shall be provided in order to facilitate the train the trainer method needed for VA staff to provide training for other employee 8
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/705d0bf3f55f49f382ad2fbceb778d85/view)
 
Place of Performance
Address: 2094 Albany Post Road Montrose NY 10548
 
Record
SN06507492-F 20221103/221101230059 (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.