Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2024 SAM #8283
SOLICITATION NOTICE

65 -- MALDI-TOF ANALYZER

Notice Date
7/30/2024 6:25:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24224Q0861
 
Response Due
8/13/2024 1:00:00 PM
 
Archive Date
09/27/2024
 
Point of Contact
Sam A DeMuzio, Contract Specialist, Phone: (585)393-7735
 
E-Mail Address
sam.demuzio@va.gov
(sam.demuzio@va.gov)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 7 of 7 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 7 The Syracuse VA Medical Center located at 800 Irving Avenue, Syracuse, NY 13210 has a requirement for a matrix-assisted laser desorption ionization -time of flight (Maldi-TOF) mass spectrophotometry system. This is a Combined Synopsis Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this solicitation. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Interested vendors that respond to this Combined Synopsis Solicitation must provide evidence that they are able to meet all the requirements identified herein. The proposed contract action is for supplies for which the Government intends to solicit competitive offers to award a firm fixed price contract. Interested vendors may submit quotes, and all eligible quotes received prior to the date listed in SAM.gov shall be considered by the Government. The NAICS code for this requirement is 334516 and the size standard is 1000 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02. Only emailed proposals received directly from the offeror shall be considered. Contract Title. One (1) Maldi-TOF mass spectrophotometry system. Background. The Syracuse VA Medical Center requires the procurement of One (1) Maldi-TOF mass spectrophotometry system for the identification of bacteria and yeast in the clinical Microbiology Laboratory. The instrumentation must have a small footprint and must be a benchtop model. An extensive library of organisms including bacteria and yeast must be included to allow for the rapid identification of unusual and difficult to identify organisms. The instrumentation must provide identification of organisms within 30 minutes or less. The instrumentation must be compatible with current equipment (Beckman Coulter Microscan). Software that can be used conjunctively with the Syracuse facility s current Beckman Coulter Microscan is required. The analyzer will require interface capabilities with the Laboratory Information System. The analyzer will also require remote access for the vendor to adjust the laser. Statement of Work GENERAL INFORMATION The general scope of this procurement is to purchase a Maldi-TOF that is able to connect/integrate with our current Beckman Coulter Microscan system. A service contract will be needed. Consumables for using the system are also requested. This matrix assisted laser desorption ionization-time of flight mass spectrophotometry technology allows for the rapid identification of microorganisms. Traditional microbiology methods take days to weeks to identify unusual or difficult to identify organisms. The Maldi-TOF technology improves patient management and patient outcomes. SCOPE: VA Syracuse requests a matrix-assisted laser desorption ionization -time of flight (Maldi-TOF) mass spectrophotometry for the identification of bacteria and yeast in the clinical Microbiology Laboratory. The instrumentation must have a small footprint and must be a benchtop model. An extensive library of organisms including bacteria and yeast must be included to allow for the rapid identification of unusual and difficult to identify organisms. The instrumentation must provide identification of organisms within 30 minutes or less. The instrumentation must be compatible with current equipment (Beckman Coulter Microscan). Software that can be used conjunctively with the Syracuse facility s current Beckman Coulter Microscan is required. The analyzer will require interface capabilities with the Laboratory Information System. The analyzer will also require remote access for the vendor to adjust the laser. Consumables will be needed to utilize the analyzer and will be listed below. Common Nomenclature: MALDI-TOF Principles of operation: Matrix-assisted laser desorption ionization -time of flight (MALDI-TOF) mass spectrophotometry with a large library of organisms for the identification of bacteria and yeast in a Clinical microbiology laboratory. Original equipment manufacturer part number: MALDI Biotyper sirius one CA System - 1890232 Sales Group LabPro MBT Software Part# B1018-602 Other pertinent information that describes the item, material or service required: The system must include the following components/features/options for acceptance: FDA approved technology for use in a clinical laboratory (1) MALDI system (1) - LabPro Sales Group LabPro MBT Software Part# B1018-602 (1) - 48 target polished steel plate (1) - Laser printer (1) Uninterruptable Power Supply, UPS (1) - Barcode scanner with holder Pipettes Installation On-site training Minimal Daily maintenance, minimal hands-on technologists time OTHER UNIQUE REQUIREMENTS: Compatibility with Existing Equipment: MALDI equipment must interface with Beckman Coulter Microscan software. This unique software solution should use the existing LabPro interface as an LIS pass-through for MALDI orders and results. The software must link specimens to the MALDI target location in LabPro, integrates the MALDI identification with MicroScan MIC results and automatically applies relevant LabPro rules. Applicable DICOM compliance, Directives or IT Policies: VA Form 6550 must be provided by the vendor. Ensure that contractors, third party partners, and servicers implement the VA security and privacy requirements, as defined in the contract. These requirements can also be added to the contract Statement of Work (SOW). The requirements apply to applicable contracts in which VA sensitive information is stored, generated, transmitted, or exchanged by VA, a contractor, subcontractor or a third-party, or on behalf of any of these entities regardless of format or whether it resides on a VA system or contractor or subcontractor s electronic information system(s) operating for or on the VA s behalf. Consumables: The following consumables are requested and are required for use on the MALDI-TOF for validation and start-up testing: US IVD- BTS Bacterial Test Standard (Legacy PN 604530); Quantity: 5 US IVD- HCCA Matrix; Quantity: 3 MBT Biotarget 96; Quantity: 3 The above consumables are requested to be on the contract with the initial purchase of the equipment. Warranty: Standard 1-year manufacturer warranty from date of receipt and verification of installation/operation. Training: On-site training by vendor is required for up to two technologists. Service and/or Maintenance: There is a standard 1-year manufacturer warranty from date of receipt and verification of installation/operation. 24/7 technical support telephone assistance is required. For warranty and service, the manufacturer will require remote access to the MALDU system internet using one of the software tools. Biomedical Department will be required to set up remote access to the analyzer for service. When connecting to the MALDI Instrument, the manufacturer will not have access to Protected Health Information as defined by 45 CFR 160.103 and as used in the HIPAA. On-site service with 24 hours, hardware and software updates at no additional cost to the government during the warranty period. DELIVERY Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY 13120 52.212-2 EVALUATION COMMERCIAL ITEMS (October 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The following factors shall be used to evaluate quotations: (1) Technical or Quality (2) Price (a) Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. (2) Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum. This is a combined synopsis solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This combined synopsis solicitation shall result in the award of a firm fixed price contract. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) may be accessed on the Internet at https://www.acquisition.gov/content/regulations. The North American Industry Classification System (NAICS) code is 334516 with a size standard of 1000 employees applies to this solicitation. Delivery shall be to the Syracuse VA Medical Center located at 800 Irving Avenue, Syracuse, NY 13210. CONTRACT CLAUSES 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) VAAR 852.247-71 DELIVERY LOCATION (OCT 2018) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS NOV 2023 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 852.203-70 COMMERCIAL ADVERTISING MAY 2018 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEVIATION) JAN 2023 852.215-71 EVALUATION FACTOR COMMITMENTS OCT 2019 852.246-71 REJECTED GOODS OCT 2018 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (FEB 2024) SOLICITATION PROVISIONS 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021) 52.204-29 FEDERAL ACQUISITION SUPPLY CHAIN SECURITY ACT ORDERS REPRESENTATION AND DISCLOSURES (DEC 2023) 52.216-1 TYPE OF CONTRACT (APR 1984) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING AUG 2020 52.229-11 TAX ON CERTAIN FOREIGN PROCUREMENTS NOTICE AND REPRESENTATION JUN 2020 852.239-75 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY NOTICE FEB 2023 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) Proposals are due no later than August 13, 2024, 4:00 PM Eastern Standard Time. Use electronic mail to submit proposals to sam.demuzio@va.gov and ensure that your proposal is signed and dated. Telephone inquiries shall not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7cedbdef29b94be18a00bf15443b581d/view)
 
Record
SN07149321-F 20240801/240730230122 (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.