Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2024 SAM #8318
SPECIAL NOTICE

Q -- INTENT TO SOLE SOURCE

Notice Date
9/3/2024 6:54:17 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q1000
 
Response Due
9/4/2024 7:00:00 AM
 
Archive Date
11/03/2024
 
Point of Contact
DEBRA WILLARD, CONTRACTING OFFICER, Phone: 302-994-2511 X 6035
 
E-Mail Address
DEBRA.WILLARD@VA.GOV
(DEBRA.WILLARD@VA.GOV)
 
Awardee
null
 
Description
INTENT TO SOLE SOURCE The Department of Veterans Affairs, Network Contracting Office 4 (NCO4) intends to sole source a contract for i-STAT Pittsburgh VA Medical Center, University Drive C, Pittsburgh, PA 15201 (PVAMC). All work is to be completed in accordance with statement of work. This sole source contract will be solicited and negotiated with under the authority of FAR 13.106-1 ABBOTT LABORATORIES INC., D-850, AP52, 200 ABBOTT PARK ROAD, ABBOTT PARK, ILLINOIS 60064-6214 Single Source Justification. See attached Draft Statement of Work (SOW). The North American Industry Classification System (NAICS) code for this procurement is 325413. Interested vendors that can meet this requirement, shall identify their interest and capability, and respond to this notice by 09/04/2024 by 10:00 AM EST. Interested vendors must send a capability statement, no more than one page in length; to include Company Name, ueiSAM Number, Socioeconomic Category, brief description of your business entities capability to handle this project at the PVAMC. This Special Notice of Intent to Sole Source is for planning purposes only. No solicitation will be made available. This is not a request for quotations. All information shall be provided at no cost or obligation to the Government. Responses must be sent via email to the Contracting Officer at debra.willard@va.gov. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon the responses to this notice is solely at the discretion of the Government. If no responses are received, Contracting will proceed with the sole source negotiation with ABBOTT LABORATORIES INC. STATEMENT OF WORK (SOW) I-STAT 1. Contract Title. I-STAT 2. Background. The VAMC Pittsburgh Laboratory is seeking the implementation of a point of care laboratory instrument to automate the measurement of basic metabolic panels, creatinine, and blood gases. The point of care instrumentation, controls, calibrators, and service of these devices are to automate testing for patients and will help determine aid in a rapid diagnosis of conditions such as dehydration, anemia, severe blood loss, kidney function, and the amount of oxygen and carbon dioxide in the bloodstream. 3. Scope. The contract includes all of the costs associated with the point of care devices, reagents, and service of devices which will automate the measurement of basic metabolic panels, creatinine, and blood gases. It is the intent of the VA Pittsburgh to establish a contract for point of care devices, reagents, and service of devices that perform bedside testing of basic metabolic panels, creatinine, and blood gas testing. This contract is specifically for the use of the Pittsburgh VA Medical Center Ancillary section only. 4. Specific Tasks. This contract is required to provide pricing for point of care devices, reagents and service of devices that provide bedside testing of basic metabolic panels, creatinine, and blood gases. Point of care device must integrate and automate the measurement of basic metabolic panels, creatinine, and blood gas testing and result out in a simple sample workflow. The point of care devices must have reagent controls, calibrators, and service of devices included in contract. Point of care devices must be able to be interfaced with middle ware Instrument Manager and laboratory information system. 4.1 Task 1 Technical and Field Service 4.1.1 Subtask 1 Technical Service. Provide technical and functional courses of action to remedy minor trouble shooting that can be accomplished by the technologist within 30 minutes. 24-hour Technical Support is available 24 hours a day and 7 days a week. 4.1.2 Subtask 2 Field Service. Included in this Task is the requirement that Field service will be performed Mon-Fri and that all issues will be resolved within a 24-hour time frame from the time service is required. Field service is available Monday through Friday, 8:30 A.M. to 5:30 P.M., EST. Task 2 Kit Configurations To maximize sample processing efficiency, it is required that the vendor provide the ability for the ordering institution to obtain kit configurations. Deliverables: The point of care devices and reagents will provide the following services: Item # Description Qty Cost Total cost 03P85-25 CG4+ white 900 03P84-25 Creatinine 1500 09P31-26 Chem 8+ 4550 06F15-01 Calibration Verification $0 $0 06F12-01 Level 1 Aqueous Control $0 $0 06F13-01 Level 2 Aqueous Control $0 $0 06F14-01 Level 3 Aqueous Control $0 $0 06P17-15 Level 1 Coagulation Control $0 $0 06P17-16 Level 2 Coagulation Control $0 $0 05P71-01 Tricontrols Level 1 $0 $0 05P72-01 Tricontrols Level 2 $0 $0 05P73-01 Tricontrols Level 3 $0 $0 05P70-01 Tricontrols calibration verification set Levels 1-5 $0 $0 06F12-14 Chem 8+ Level 1b Calibration Verification $0 $0 Equipment add on fee (included in cartridge price) I-STAT 1 analyzer 3 $0 $0 I-STAT electronic simulator 2 $0 $0 I-STAT 1 Analyzer 1 year device service 6 $0 $0 Customer owned electronic simulators 3 $0 $0 Customer owned downloaders 2 $0 $0 Total 5. Performance Monitoring It will be the responsibility of the Pittsburgh VA Medical center Ancillary Supervisor/designee to monitor all performance issues with the vendor. Prompt and professional technical service, and 24-hour field service, Mon-Fri, will be evaluated and compared to the terms of the contract. 6. Security Requirements In accordance with VA policy, contractors storage, generation, transmission or exchanging of VA sensitive information is not involved with this procurement. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No GFE or GFI will be needed in any capacity. 8. Other Pertinent Information or Special Considerations. The vendor will provide the point of care devices. The vendor will provide service for the devices. The vendor will provide the reagents and calibrators. The vendor will assist with the implementation and deployment of devices. 9. Period of Performance This contract will be valid for a base year time period. In addition, the contract should contain 2 additional option years. The base year of this contract should reflect 10/1/24 9/30/25. 10. Delivery Schedule. All items will be delivered to: Ancillary Department VA Pittsburgh Healthcare System University Drive Pittsburgh, PA 15240 The Ancillary Supervisor and the POC/Ancillary Medical Technologists are the designated individuals able to place orders against this contract. 11. Other Symplr The vendor will be required to register on the Symplr website https://www.symplr.com/. Symplr will be used to monitor vendor compliance with vaccination and HIPPA requirements listed below. Influenza Vaccination VHA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical, and administrative, paid, and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. This requirement is extended to all Contractor personnel with potential to come into minimal contact (passing in the corridor) with any patients, visitors, or staff members at VAPHS. Those individuals unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff is compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: Documentation of vaccination, e.g., signed record of immunization from a health care provider or pharmacy, or a copy of medical records documenting the vaccination. Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification in the form of a memorandum to the Contracting Officer s Representative (COR) that all contract staff performing services at VA facilities follows VHA Directive 1192. Tuberculosis Prevention Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for personnel within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer.  Tests shall be current within the past year. TUBERCULOSIS TESTING:  Contractor shall provide proof of a negative reaction to PPD testing for all contract personnel.  A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results.  The PPD test shall be repeated annually. RUBELLA TESTING:  Contractor shall provide proof of immunization for all contract personnel for measles, mumps, rubella, or a rubella titer of 1.8 or greater.  If the titer is less than 1.8, a rubella immunization shall be administered with follow-up documentation to the COR. COVID 19 Contractor shall provide evidence of vaccination records or a negative COVID testing result within 72 hours of planned onsite visitation. This is to include installation, training, maintenance, and repairs. Emergency repairs will be evaluated on a case-by-case situation. HIPAA Training Certificates If Contractor will be working onsite for installation and activation of equipment, all HIPAA training completion documentation must be provided to the COR listed in the awarded contract. Smoking All VA Pittsburgh property is smoke-free. Contractor personnel will comply with VA Pittsburgh smoking policies. Violations will result in a warning and possible citation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/108a93534aab40e7bc89705dc717cf55/view)
 
Record
SN07195154-F 20240905/240903230113 (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.