Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2010 FBO #3254
SOURCES SOUGHT

Q -- NEPHELOMETRY-BASED ASSAY SYSTEM FY 11

Notice Date
10/20/2010
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville, Ohio 44141-3204
 
ZIP Code
44141-3204
 
Solicitation Number
VA25011RP0015
 
Response Due
11/4/2011
 
Archive Date
12/4/2011
 
Point of Contact
Harvey J. McGowan
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The Louis Stokes Cleveland VA Medical Center is seeking potential sources for a Nephelometry Analyzer. This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (service disabled veteran owned small business, veteran owned small business, hub zone, 8(a), small disadvantage business, small business, or large business) relative to NACIS 334516 (size standard of 500 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought announcement, a solicitation announcement will be published in the FEDBIZOPPS. All interested parties will have to respond to the solicitation announcement (Request for Proposal) in addition to responding to this sources sought announcement. SUBMITTAL REQUIREMENTS: Responses to this notice should include company name, a service capability statement, three customer references to which you have provided similar services to, copies of applicable licensing, product catalog, address, point of contact, and the size of your business pursuant to the following questions: (1) Is your business large or small (2) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified hub zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or Veteran Owned Small Business? Responses to this notice shall be e-mailed. Other supporting material may be emailed, mailed or faxed to the attention of Harvey J. McGowan, VA VHA VISN 10 Contracting Activity, The Louis Stokes VA Medical Center, 10000 Brecksville Road, Brecksville, OH 44141-3204. E-mail address is harvey.mcgowan@va.gov. Fax 440-838-6052. Telephone inquires will not be accepted. Responses must be received in writing no later than Thursday, November 4, 2010 at 12p.m EST. This is not a request for proposals and in no way obligate the government to award any contract. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis are not considered adequate responses to any future solicitation announcements. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of future solicitations. Nephelometry Analyzer STATEMENT OF WORK Pathology & Laboratory Medicine Service (PALMS) 1.Location : Louis Stokes Cleveland VA Medical Center, 10701 East Blvd, Cleveland, OH 44106, Pathology & Laboratory Medicine Service 2.Order and Delivery: a. Orders for consumables (reagents & supplies) will be either called in by phone, faxed, or ordered online to the vendor as needed. b. The vendor will deliver supplies/reagents/consumables to the Louis Stokes Cleveland VAMC within 3-5 business days (Monday through Friday). c. Vendor will ship supplies and reagents by F.O.B. Destination d. Period of performance will be from date of contract award to the end of the federal government fiscal year, which run from October 1 to September 30, plus four (4) option years. 3.Contact Persons: TO BE ANNOUNCE 4.Invoicing/ Credit Cards (Payment): Invoices are to be mailed monthly. The mailing address is: TO BE ANNOUNCE The vendor will accept payment only credit cards as a method of payment. 5. Specifications of Product To Be Provided: a.Cost per test arrangement, i.e. a set cost will be negotiated for all required testing. Cost of reagents, consumables, equipment, and maintenance will be figured so that a set cost for each result remains constant. b.Fully automated system - P&LMS requires a fully automated system to efficiently utilize limited staffing and resources. Must have cap piercing mechanism and a sample detection system to determine sample meets minimum volume requirement for analyzer. Computer, hard drive, printer, and software are to be included. Analyzer must have a metering system to quantitate the number of tests, quality controls and calibrators monthly. c.Nephelometry technology - This technology is currently in place at the Louis Stokes Cleveland VA Medical Center. It has performed adequately on peer reviews. Current reference ranges and treating modalities are based on this technology. d.At a minimum, FDA approved testing must include: a.Albumin (mg/dL, serum, CSF) b.Alpha-1-Antitrypsin c.Antithrombin III d.Beta-2 Microglobin (UDR) e.Ceruloplsmin f.Prealbumin g.Transferrin h.Rheumatoid Factor i.C3 j.C4 k.ASO l.C-Reactive protein m.Haptoglobin n.IgA o.IgG (Serum, CSF) p.IgM(Serum) e.Dimensions: Table top unit. Cannot be any larger than 2'2" deep x 4' wide f.Minimum Throughput: 25 samples per hour g.Barcode Scanning: Equipment must have barcode capability and be compatible with common laboratory barcode platforms, including code 128 and code 39. h.Sample Tube Requirements: Instrument must be able to process multiple sized tubes, most commonly 13mm x 75mm and 13mm x 100mm tubes. i.Sampling mechanism: Can automatically sample tubes with low blood volumes. j.UPS system must be included. k.LS Connectivity: Must have bi-directional HL7 interface. Interface must be compatible with Data Innovations (DI) and system must be already interfaced with Vista in a VA Laboratory. DI license must be provided by vendor awarded this contract. 6. Installation and Support: a.Vendor will participate in installation planning meeting with VA staff prior to delivery by phone. b.Operator training for a minimum of 2 VA staff members must be provided by the vendor at no additional cost. Training may be provided on-site. c.Vendor will provide on-site technical support to perform installation and validation (linearity, precision, accuracy, comparability, sensitivity, analytical measurement range validation, and clinical measurement range validation as required to meet College of American Pathologist standards). d.If unable to obtain within the VA facility, the vendor will make specimens with an appropriate range of results for each analyte available for start up studies. e.The vendor will provide technical support by phone during normal business hours, Monday - Friday, 7:00 am to 4:30 pm. 7. Warranty/Maintenance/Service Calls: a.Warranty - 60 months from date of installation, covering all parts, labor and travel. b.Preventative maintenance will be completed by vendor at least once per year at no additional cost. c.On-site service will be provided Monday through Friday, 8:00 am to 5:00 pm at no additional cost when needed. 8. Product Returns: Full credit will be given for all products recalled by the vendor. 8. Responsibilities of the Contractor (1)Provides one year of on-site service during normal business hours (M-F 8 am-5 pm). Field service representatives will present to the VA no later than 24 hours after service call is initiated. (2)All of the Contractor's products will meet the requirements of FDA, state and local law. (3)The contractor will properly package and ship all products according to OSHA and ODOT requirements and will include with each shipment an itemized shipping/packing list. (4)Contractors shall promptly notify Cleveland VAMC by telephone if the products requested are not available in the quantity ordered within the specified time. (5)The contractor will supply the MSDS sheets, operator's manual, assay manual, and if available, a procedure manual on CD to Cleveland VA Medical Center. (6)Contractor will notify Cleveland VAMC, in as timely a manner as is feasible, when information subsequently becomes available to indicate that a product lot demonstrated inaccuracies or discrepancies that could have influence patient results.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25011RP0015/listing.html)
 
Record
SN02314028-W 20101022/101020234110-4aa12d16f6acdd777ba368e827ebe08a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.