Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOLICITATION NOTICE

66 -- CPRR AUTOMATED CLINICAL URINALYSIS INSTRUMENT

Notice Date
2/8/2024 2:00:54 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24824Q0559
 
Response Due
2/22/2024 1:00:00 PM
 
Archive Date
04/22/2024
 
Point of Contact
Melissa Everett, Contract Specialist, Phone: 561-628-6754
 
E-Mail Address
melissa.everett@va.gov
(melissa.everett@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02 published in the Federal Register on December 22, 2023. This solicitation is for Full and Open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1,000 employees. The FSC/PSC is 6640. The Bruce W. Carter VA Medical Center - Miami Veterans Healthcare System 1201 NW 16th Street - Miami, FL 33125 is seeking to award a Firm Fixed Price Base Plus Four Option Years Contract for CPRR (Cost Per Reportable Result) Automated Clinical Urinalysis Instrument. All interested companies shall provide quotations for the following: Supplies/Services Item Number Description Quantity Unit of Measure Unit Price Amount 0001 Chemistry Tests Contract Period: Base Pop Begin: 4/1/2024 Pop End: 9/30/2024 27375 EA     0002 Microscopy Tests Contract Period: Base Pop Begin: 4/1/2024 Pop End: 9/30/2024 12000 EA     0003 Microscopy Tests Digital Imaging Unit Contract Period: Base Pop Begin: 4/1/2024 Pop End: 9/30/2024 10065 EA     1001 Chemistry Tests Contract Period: Option 1 Pop Begin: 10/1/2024 Pop End: 9/30/2025 54750 EA     1002 Microscopy Tests Contract Period: Option 1 Pop Begin: 10/1/2024 Pop End: 9/30/2025 24000 EA     1003 Microscopy Tests Digital Imaging Unit Contract Period: Option 1 Pop Begin: 10/1/2024 Pop End: 9/30/2025 20130 EA     2001 Chemistry Tests Contract Period: Option 2 Pop Begin: 10/1/2025 Pop End: 9/30/2026 54750 EA     2002 Microscopy Tests Contract Period: Option 2 Pop Begin: 10/1/2025 Pop End: 9/30/2026 24000 EA     2003 Microscopy Tests Digital Imaging Unit Contract Period: Option 2 Pop Begin: 10/1/2025 Pop End: 9/30/2026 20130 EA     3001 Chemistry Tests Contract Period: Option 3 Pop Begin: 10/1/2026 Pop End: 9/30/2027 54750 EA     3002 Microscopy Tests Contract Period: Option 3 Pop Begin: 10/1/2026 Pop End: 9/30/2027 24000 EA     3003 Microscopy Tests Digital Imaging Unit Contract Period: Option 3 Pop Begin: 10/1/2026 Pop End: 9/30/2027 20130 EA     4001 Chemistry Tests Contract Period: Option 4 Pop Begin: 10/1/2027 Pop End: 9/30/2028 54750 EA     4002 Microscopy Tests Contract Period: Option 4 Pop Begin: 10/1/2027 Pop End: 9/30/2028 24000 EA     4003 Microscopy Tests Digital Imaging Unit Contract Period: Option 4 Pop Begin: 10/1/2027 Pop End: 9/30/2028 20130 EA     Grand Total: The following Statement of Work is required to meet the needs of the government. STATEMENT OF WORK REQUEST FOR TWO (2) AUTOMATED CLINICAL URINALYSIS INSTRUMENT INCLUDING A CHEMISTRY MODULE, MICROSCOPY MODULE AND A SEDIMENT DIGITAL IMAGE IDENTIFICATION GENERAL: The Bruce W. Carter Miami VA HealthCare system has a need for a Urinalysis solution able to integrate Urine Chemistry, Microscopic Particle Counting and Digital Imaging on a single automated line to comply with the needs of our growing veteran population. This system shall have two (2) Chemistry modules, two (2) Particle counting modules and at least one (1) Digital Imaging module. Tests shall be Food and Drug Administration (FDA) approved. All materials and services are to be calculated as a cost per reportable result (CPRR) and shall be billed once per month. The CPRR program shall include the equipment, service and maintenance, training, all reagents, controls, calibrators, consumables, reagent strips, calibration strips, cleaning solutions, diluent solutions, and any fluid solution necessary to operate the contractor s equipment. The contract shall include a BASE (6 months) with an option to renew for four (4) additional years. SCOPE: The Contractor shall provide all the necessary instrumentation, on-site and off-site employee training, preventive maintenance, repairs, parts, emergency and routine service, hot line services, upgrades, all the necessary software, reagents, controls, calibrators, linearities, correlation materials, disposables, consumables, other required supplies (such as tables for the analyzers, printers and PCs for the urinalysis systems, UPS for each instrument and other items required for optimal system performance ) for in-house urinalysis testing in the Pathology & Laboratory Medicine Service (PLMS) at the Bruce W. Carter Miami VA Healthcare System (MVAHS) as outlined below. All work shall be performed in accordance with the guidelines established by Federal, State, and local ordinances, Food and Drugs Administration (FDA) manufacturer's guidelines, and with all terms, conditions, provisions, schedules, and specifications provided herein. TERM OF CONTRACT/PERFORMANCE PERIOD: The period of performance is a BASE (6 months) plus 4 years with the BASE year starting on 04/01/2024 with Four (4) option years going through 09/30/ 2028. Supplies associated with this contract will be shipped on Standing Order basis, all other items will be ordered as needed: Base Year : 04/01/24 to 09/30/24 Option Year 1: 10/01/24 to 09/30/25 Option Year 2: 10/01/25 to 09/30/26 Option Year 3: 10/01/26 to 09/30/27 Option Year 4: 10/01/27 to 09/30/28 APPLICABLE DOCUMENTS: The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply: FAR Federal Acquisition Regulation VAAR Veterans Administration Acquisition Regulation GLOSSARY: Acronyms used in this SOW are listed below for easy reference: CAP College of American Pathologists CLIA Clinical Laboratory Improvement Act CFR Code of Federal Regulations COR Contracting Officer s Representative CPTR Cost Per Test Result CPRR Cost Per Reportable Result FAR Federal Acquisition Regulation FDA Food and Drugs Administration FSS Federal Supply Schedule PM Preventive Maintenance SOW Statement of Work UPS Universal Power Supply VAAR Veterans Administration Acquisition Regulation VISTA Veterans Health Information Systems and Technology Architecture PERFORMANCE REQUIREMENTS: Clinical Requirements: The system shall be able to integrate Urine Chemistry, Microscopy and Digital Imaging module. The system shall be able to provide at least one redundant instrument for each module (Chemistry, Microscopy, and Digital Imaging Unit). The system shall provide true walkaway final results with minimal tech intervention for the re-classification of urine particles. Automated Urine Chemistry module shall: Include chemical analysis of urine to include color, clarity, specific gravity, pH and the presence/absence of leukocytes esterase, nitrites, total protein, glucose, blood/hemoglobin, ketone, ascorbic acid, urobilinogen, and bilirubin. Vendor shall have a protocol to ensure strip integrity. Have automatic color correction to reduce false positive due to dark urines (bilirubin). Have a continuous feed of strips/cassettes without operator intervention and at least 2-week on-board stability. Able to process more than 100 samples/hour. Strips or cassettes shall have a loading mechanism to reduce misalignment or strip jams. Automated Urine Microscopic/ Digital Imaging shall: Include analysis to determine the presence/absence of sediment constituents, such as but not limited to red blood cells, white blood cells, casts, crystals, bacteria, etc. Have a technology that provides differentiation of particles that contain nucleic acid from particles that do not contain nucleic acids with minimum tech intervention. Be able to display particle images to provide high confidence in the classification of such elements. Be able to automatically detect presence of crystals and differentiate between similar sized particles. Have a system to address the presence of amorphous urates and phosphate crystals that allow the specimen to be processed without needing manual microscopy. Have a reagent/technology to eliminate mucus interference. Require minimal operator intervention to review or reclassify images. Provide state of the art digital images and auto particle recognition software that provides the most extensive and accurate quantification of urine particles and rigorously tested and accurate urine chemistry assays. The system shall have special technology that provides reliable, precise, and accurate urine particle differentiation and count. Include digital imaging which yields microscope-quality images with accurate sediment classification and cell ID for fewer screen review. Have a particle detection down to <0.5um to facilitate enhanced bacteria detection. The system shall allow the sample to be used for additional testing (no substances introduced into the sample). The system shall be barcode driven, random access, and have a precision delivery system. The system shall include editable onboard rules that automate reflex testing from urine chemistry to urine particle counting, and also form urine particle counting to confirmatory urine particle digital imaging. The system shall be capable of rules based resulting of which the operator is notified when incongruent results are reported between the urine chemistry analyzer and the urine microscopy analyzer. The systems shall deliver well established, standout performance on proficiency surveys. The system shall have automatic reportable parameters such WBC, RBC Epithelial cells, casts, and bacteria that are FDA approved in order to reduce tech interaction. Reduced carryover with user adjustable carryover rinse cycle settings to eliminate interference. The Urinalysis system shall provide analytical measurements range for WBC and RBC that are clinically relevant with minimum dilution requirements and operation intervention. The system shall be easily standardized with accurate particle differentiation, bacteria quantification, and enhanced detection down to <0.5 um. The system shall strive to eliminate manual microscopy and provide unmatched quality and accuracy. The system shall come with a cart or continuous bench top area, and capable of housing reagents for the primary analyzers. The system shall have minimal maintenance <30 minutes with walkaway capability and minimize staff hands-on and free technologists for more critical tasks. The system shall not require monitoring during a run and shall be 100% walk-away system (load-and-go), with minimal reclassification of urine particles. Contractor shall provide quality control material at a minimum of two levels: normal and elevated/abnormal levels. The system shall be LIS compatible with Vista and Data Innovations. The system shall come ready for Auto verification of negative results. The system shall suspend or turn off the Auto verification process automatically upon QC failures or QC time limits are exceeded. All models shall perform satisfactorily at any laboratory temperature between 59- and 86° F (15 and 30° Celsius). All models shall perform satisfactorily at any laboratory relative humidity between 30 - 80%. An electronic operator s manual shall be furnished with each model supplied. ANCILLARY SERVICES: Site Preparation: Specifications shall be provided in writing by the contractor as part of the equipment proposal, These specifications shall be in such detail as to ensure that the equipment to be installed shall operate efficiently and conform to manufacturer s claimed specifications. The government shall prepare the site at its own expense and in accordance with the specifications furnished by the contractor. Any alterations or modifications in site preparation which are attributable to incomplete or erroneous specifications provided by the contractor which involve additional expense to the government, shall be made at the expense of the contractor. Training: The contractor shall provide training classes including operation, user-performed maintenance, troubleshooting for 2 operating personnel for each instrument. Training shall be provided on-site and/or off-site for all designees and shall occur prior to the start of testing. On-site training by the contractor shall be provided to all staff as needed. Contractor to provide the training plan and credentials summary of trainers with proposal. On-site training of designated personnel shall include: operation and care of instrument, techniques and procedures recommended by manufacturer to achieve maximum dependable, efficient, and economical utilization of equipment. This training shall include actual demonstration and operation and troubleshooting of equipment including any adjustments or other actions which may be undertaken by operating personnel in the event of equipment failure. This training shall include at least (2) two-day on-site training sessions, all day, upon installation and acceptance of equipment. If training for key operators requires travel, arrangements to an off-site location will be paid and arranged by the Contractor. Ownership of Equipment: Ownership of equipment shall remain with the contractor. All equipment accessories (hardware and software) furnished by the contractor shall accompany the equipment when returned to the contractor. The contractor, upon expiration of orders at termination and/or replacement of equipment, will remove the equipment. The contractor will be responsible for decontamination, disconnecting, packing, and shipping of the equipment. Service, repairs, and maintenance to be provided Monday to Sunday, 365 days a year. All service, repairs, and maintenance to be performed by the vendor. Vendor repair staff will need to be on-site within 24 hours or less after notification of instrument downtime. Contractor retains ownership of instruments and will ensure that at least one blood cell analyzer is operational at all times. Parts replaced during service will be removed or disposed of by the vendor. Vendor to provide a hazardous waste determination with the proposal. Contractor shall submit all FDA recalls and incidents issued and/or reported on the analyzers, reagents, and control products. Vendor will provide list of references at the local and national level. Vendor shall list any reagents or other items that the VA will be responsible to purchase that are not included in the CPRR pricing. INSTALLATION: The contractor shall be responsible for installation which consists of in-house delivery, positioning, and mounting of all the equipment listed on the delivery order and connections of all equipment and interconnecting wiring and cabling if applicable. Installation of instrumentation will be provided at no cost to the government. Contractor will provide all parts, labor, supplies, reagents, calibrators, linearity materials, disposables and consumables and will ensure proper operation of instruments. Vendor will provide project management to assure that the installation is coordinated with VA and vendor staff. Instrumentation shall be compatible with Data Innovations middleware currently in use as well as being able to interface with Vista. Upon receipt of notice to proceed with installation, it is expected that the contractor has the system installed within a 30-day period from time of delivery. Delays: Upon receipt of notice to proceed with installation, it shall be the contractor's responsibility to inform the Contracting Officer of any problems which may be anticipated in connection with installation, or which will affect optimum performance once installation is completed. In the event that progress of the installation is interrupted through no fault of the contractor, the continuous installation referenced in the preceding paragraphs may be terminated until such time as the cause of delay has been eliminated, and then shall be resumed within 24 hours after the contractor has been notified that work may again proceed. Upon completion of installation, the equipment will be turned over to the laboratory for use. Final acceptance of the equipment and installation will be based upon an inspection and test result acceptability within thirty (30) calendar days from date of installation as noted above. Contractor to provide calibration and assisted calibration verification and set up reference ranges during validation studies. Contractor to provide any ancillary printers, monitors, computers, and scanners required by the system to provide a printed or electronic report. MAINTENANCE: Preventive Maintenance (PM): The Contractor shall perform preventive maintenance (PM) at intervals specified by the manufacturer to ensure proper equipment performance. The Contractor shall test all components for proper test performance. After PM, the contractor shall submit a detailed work report to include all required materials and labor at no additional cost to the Government. Delivery of PM parts or material: The contractor shall provide all preventive service materials at no additional cost to the government. On-call Repairs: On-call repairs are emergency repairs beyond the scheduled Maintenance and will be provided at no additional cost to the government. The contractor shall provide technical assistance not limited to test performance, or equipment malfunction twenty-four (24) hours a day, seven (7) days a week, all Federal and religious holidays, via direct communication thru a telephone bank with technically capacitated and contractor-certified personnel. Emergency Repairs: The contractor shall respond to routine calls for on-site repair and be at the job site within twenty-four (24) hours during regular working hours, Monday Sunday, 7:30 am 4:00 pm. The contractor shall respond to emergency calls for on-site repairs within eight hours or less. After repair, the contractor shall submit a detailed work report to include all required labor, materials, and parts at no additional cost to the Government. The contractor shall provide the ability to troubleshoot via phone. Service phone call backs shall be done within 1 hour. Delivery of repairs parts or materials: The contractor shall provide all parts and materials at no additional cost the government. Travel, per diem and other expenses associated with the repair will be the responsibility of the contractor. The Contractor shall remove all parts, equipment or materials replaced, or upgraded by the contractor due to and not limited to repairs, replacements, recall, and upgrades at no additional cost to the Government. Safety: The Contractor shall immediately notify the Government of any changes in reagents kits composition, procedure modification, recall notification or any changes that will affect the performance of the test or procedure according to FDA regulations. Test Performance: All tests and procedures shall comply and be approved by FDA. All test, procedures and equipment shall perform at manufacturer s specifications. Deviations from the performance specifications shall be corrected by the contractor. All test performance will be evaluated by and not limited to performance thru peer comparison, quality control and CAP peer evaluation according to CLIA regulations. A technical support specialist provided by the contractor will perform all validation studies including: Installation and setup Correlation studies for each test: a minimum of 20 samples spanning the reportable range shall be run by the present and proposed method (evaluation and comparison data sufficient to satisfy JC standards). Precision study using normal and abnormal control material (which at least 10 normal and 10 abnormal controls. Sensitivity may be validated concurrently with correlation studies. Mathematical calculations to determine efficiency, sensitivity, false positive and false negative rate are applied. Carryover studies shall be completed by the contractor in all analyzers during installation. Linearity according to manufacturer s specifications. Reference range study: samples shall be representative of the patient population being tested. All studies shall be completed within two weeks of installation. Operator procedure manuals shall be furnished for each instrument model supplied. Contract: Cost per Reportable Results(CPRR): contractors are required to provide a provide a price for each test that can be performed in its equipment. The Cost per Test price shall include costs covering (a) equipment use, (b) all reagents, controls, supplies, consumable/disposable items, parts, accessories, and any other item required for the proper operation of the Contractor s equipment and necessary for the generation and reporting of a test results, (c) all necessary maintenance to keep the equipment in good operating condition. PERFORMANCE LOCATION AND HOURS: The Department of Veterans Affairs Medical Center, Pathology & Laboratory Medicine Service, 1201 NW 16th Street, PLMS Room A305 Miami, Florida, 33125. The Government normal duty hours are from 7:30 am - 4:00 pm, Monday through Friday, excluding Federal holidays and weekends. The MVAHS PLMS Main Laboratory is the primary location and provides diagnostic support to the facility and outpatient clinics 24 hours a day, 7 days per week. DELIVERABLES: The contractor shall deliver all equipment, software, hardware, PCs, printers, ribbons/cartridges, and UPS necessary for test performance at no additional cost to the Government. The contractor shall deliver all and not limited to operational, maintenance, troubleshooting, repairs, parts, equipment specifications and tests manuals. The contractor shall install the equipment and perform test verification according to manufacturer specification, CLIA, FDA and CAP requirements. The contractor shall deliver all necessary reagents, calibrators, controls, disposables, and consumables according to the terms and conditions of this contract. In the event that the requested supplies are on back-order, the contractor shall inform the COR as to the estimated time of availability. Vendor will decide so critical materials are provided to prevent testing interruption and subsequent failures in patient care. The contractor shall deliver all invoices with the term of service included-- for review according to the established contract at the end of each monthly billing cycle. All items not covered under this contract shall be specifically detailed on the invoice including description, quantity required, and government cost. Invoices shall contain all the necessary information for proper processing. The contractor shall immediately notify the COR of any changes in reagents or equipment modifications by electronic as well as by postal mail with supporting documentation of the change and, detailed guidance against implementation within twenty-four (24) hours of its application or according to FDA guidelines. Additional charges incurred by the government to provide the continuity of contracted tests to patients and not limited to outsourcing, transportation and/or any other additional cost shall be covered by the contractor at no additional cost to the Government. CONTRACTOR PERSONNEL AND MANAGEMENT: Contractor Personnel: The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this SOW. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. Government Badges: The COR will coordinate through the Security Service Sponsor/Managers the issuance of required visitor badges to Contractor personnel. Contract personnel shall wear identification badges provided by the Government at all times when performing work on-site. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract. Contractor Badges: Notwithstanding the requirement to wear a Government furnished badge, Contractor personnel shall also wear a contractor identification badge at all times when performing services under this Contract, including when on Government directed travel. The badge will contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Safety/Security Requirements: The Contractor shall comply with all applicable federal, state, and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. All information generated in performance of this contract becomes property of the Government and shall be surrendered upon request and/or completion of the contract. The Contractor shall protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval by the hospital director or designated representative. Standards of Conduct: Conduct of Personnel. Contractor personnel shall always conduct themselves in a professional manner (i.e., timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this Statement of Work. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. Working Attire and Appearance. Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is for verification purposes and not for the Government to become the hiring authority. NON-PERSONAL SERVICE STATEMENT: Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the SOW. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. NON-PERSONNEL SERVICE STATEMENT: The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this SOW. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee shall contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the SOW in an efficient, reliable, and professional manner. The normal manner of dress is business casual. Specific Personnel Qualifications Requirements Personnel assigned to or utilized by the contractor in the performance of this contract shall, as a minimum: Be qualified by the contractor as capable to perform as a field service representative. Specialized Experience: The Contractor shall provide technical guidance to Supply Operations customers concerning supply requirements; provide logistical technical assistance to civilian personnel of all units, elements and activities assigned to, or stationed in the South Florida area; ensure adherence to management, administrative, operational, and safety requirements of the DOL standard operating procedures; ensure that internal control checklists are prepared and submitted to meet established suspense dates and that corrective actions are completed within acceptable timeframes. PERFORMANCE STANDARD AND QUALITY MEASUREMENT: Performance standards define desired services: The Government performs surveillance to determine if the Contractor exceeds, meets, or does not meet these standards. The Government shall use these standards to determine Contractor performance and shall compare Contractor performance to the Acceptable Quality Level (AQL). The Quality Assurance Surveillance Plan (QASP) method of surveillance will be by random inspection. Performance Evaluation: After acceptance of the contract, the system will be monitored for equipment performance including but not limited to; safety (recall Notifications and changes in reagents and equipment notifications), quality assurance (emergency repair response, hot line troubleshooting response, quality of results compared to peer groups and CAP survey performance) and documentation (invoice accountability and invoice verification, equipment specification and user manuals), customer satisfaction (response to complaints and laboratory employees training). The QASP and its performance objectives are as follows: Task Indicator Standard Acceptable Quality Level Method of Surveillance Incentive Safety Recall Notification Timel...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fb1bec1ff8a7474fbdfcc987a23d5c46/view)
 
Place of Performance
Address: Bruce W. Carter VA Medical Center Miami VA Healthcare System 1201 NW 16th Street, Miami, FL 33125-1624, USA
Zip Code: 33125-1624
Country: USA
 
Record
SN06960579-F 20240210/240208230056 (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.