Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2013 FBO #4332
DOCUMENT

66 -- Electrophoresis Cost Per Reportable Test Equipment - Attachment

Notice Date
10/2/2013
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25914R0006
 
Response Due
10/11/2013
 
Archive Date
12/10/2013
 
Point of Contact
ANNA NORCROSS
 
Small Business Set-Aside
Total Small Business
 
Description
PRESOLICITATION NOTICE STATEMENT OF WORK This is a pre-solicitation notice for the following requirement. SET ASIDE: THIS WILL BE A TOTAL SMALL BUSINESS SET ASIDE. THE NAICS CODE IS 334516; ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING WITH A SMALL BUSINESS SIZE STANDARD OF 500 EMPLOYEES. Solicitation # VA259-14-R-006 will be posted on October 3, 2013. [begin statement of work] ELECTROPHORESIS COST PER REPORTABLE RESULT 1.SCOPE: Contractor shall provide all equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of its' contractor owned automated electrophoresis testing instruments and peripherals necessary for the generation of reportable patient test result (CPRR) services. The government intends to award a firm fixed price, indefinite quantity contract. 2.DEFINITIONS: Cost Per reportable Result (CPRR): Contractors are required to provide a price for each patient and each test that can be performed on its equipment. The per reportable patient test price shall include costs covering: 1)equipment use; 2)all reagents, calibrators, 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 patient test result; 3)all necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs); and 4)training for Government personnel. Contractors are required to provide delivery, installation, bi-directional interfacing, assistance with method validations, and removal of equipment at no additional charge. 3.PERIOD OF PERFORMANCE Estimated Base Year:10/01/2013 through 09/30/2014 Option Year 1:10/01/2014 through 09/30/2015 Option Year 2:10/01/2015 through 09/30/2016 Option Year 3:10/01/2016 through 09/30/2017 Option Year 4:10/01/2017 through 09/30/2018 4.PLACE OF PERFORMANCE Denver VA Eastern Colorado Health Care System Pathology & Laboratory Medicine Services 1055 Clermont Street Denver, CO 80220 This will change when the Denver VA Medical Center moves to its new facility in Aurora, Colorado in late 2015 or early 2016. 5.GENERAL REQUIREMENTS: a.Offered models of clinical laboratory electrophoresis instruments shall be capable of producing accurate and reproducible assay results on serum, urine, and whole blood specimens for serum and urine protein electrophoresis, serum and urine immunofixation, and whole blood acid and alkaline hemoglobin electrophoresis by established in vitro diagnostic methods. Models shall provide positive sample identification and accurate test assay results for sample specimens up to the manufacturer's defined maximum test per hour without excessive malfunctions, breakdowns, or service calls. Current waste stream analysis and MSDS provided to sites. 1)Offered equipment shall be new state-of-the-art equipment. Remanufactured and discontinued models will not be accepted. 2)The awarded contractor shall provide all upgrades to the equipment hardware and operating system software, at no additional cost to the Government. These enhancements shall be delivered and installed at Denver VA ECHSC, P&LMS medical facility within 60 days of issuance to the commercial market. 3)The models being offered shall be in current production as of the date this offer is submitted. For purposes of this solicitation, "current production" shall mean that the clinical laboratory analyzer model is being manufactured as new equipment and is currently available on the offerors existing FSS contract for CPT. Discontinued models that are only being made available as remanufactured equipment are not acceptable. 4)An operator's manual shall be furnished with each instrument supplied to Denver VA ECHSC, P&LMS and updates to manual shall be provided in a timely manner. 5)Editable electronic copy in CLSI format of operating procedures shall be furnished with each instrument supplied to the VA. 6)Contractor offered electrophoresis instrument(s) shall conform to the existing available space at Denver VA ECHSC, P&LMS. b. Laboratory assays currently performed at the Denver VA ECHSC, P&LMS shall include, but may not be limited to the following automated assays: 1)Serum Protein Electrophoresis. 2)Urine Protein Electrophoresis. 3)Serum Immunofixation. 4)Urine Immunofixation. 5)Acid Hemoglobin Electrophoresis. 6)Alkaline Hemoglobin Electrophoresis. c.Single vendor must provide both the automated auto-sampler instrument with direct sample connection to the automated electrophoresis/scanner instrument for electrophoresis testing for Denver VA ECHSC, P&LMS. d.Denver VA ECHSC, P&LMS requests each vendor quote CPRR pricing for the below listed system, whereby all requirements listed in this document are met including bi-directional interfaced, automated auto-sampler instrument with direct connection to the same vendor's automated electrophoresis and scanner instrument with computer for electrophoresis testing. e.Firm Fixed Pricing: Offerors shall provide pricing for each test in accordance with the CPRR definition contained above, that can be performed on the quoted equipment. The CPRR shall include all costs for: 1)Equipment use. 2)All consumables, reagents, calibrators, controls, supplies, consumable/disposable items, parts, accessories and any other items required for the proper operation of the contractor's equipment and necessary for the generation and reporting of a patient test result. 3)All necessary maintenance to keep equipment in manufacturer's operating conditions, both preventive maintenance, and emergency repairs. 4)Training for Denver VA ECHSC, P&LMS personnel operating equipment. 5)The awarded contractor is required to provide delivery, installation, set-up, validation and method comparison, including all supplies provided by the vendor, and removal of equipment at completion of this agreement at no additional charge to the Government. f.All consumable supplies (reagents, standards, controls, disposables, parts, accessories, etc.) required for the proper operation of the contractor's equipment and necessary to perform tests on the equipment shall be included. g.In the event that the consumables are found to be defective and unsuitable for use with the contractor's equipment, or the contractor has failed to comply with the requirements for routine supply delivery, the contractor shall deliver the consumable supplies within a period of twenty-four hours after receipt of the verbal order for priority delivery from the Government activity. If either circumstance has occurred, the contractor shall deliver to the Denver VA ECHCS Pathology and Laboratory Medicine Service, MC-113, in the most expeditious manner possible, without additional cost to the Government, the necessary consumables in sufficient quantity as required to allow operation of the contractor's equipment for one week (under normal Government test load volume). If additional requests for emergency supply delivery are required by the Government, they shall be honored by the contractor until the arrival at the Government site of the monthly standing order/routine supplies delivery. Failure to reserve adequate inventory may result in default. h. Inventory - Controls, Calibrators, Reagents, Supplies, Disposables, Parts, Accessories: The contractor shall maintain on Government provided space a continuously stocked inventory of controls, calibrators, reagents, supplies, disposables, parts, accessories, and any other material required to properly perform tests on the offered equipment. These items shall be of the highest quality ensuring sensitivity, specificity and tested to assure precision and accuracy. The quality of the products shall be high enough to satisfy proficiency testing standards of the College of American Pathologists (CAP) and the Joint Commission on Accreditation of Health Care Organizations (JCAHO). i.Maintenance and Repairs: 1)Emergency repairs shall be performed after initial telephone notification that the equipment fails any parameters. The contractor shall provide the Government with a designated point of contact and telephone number and shall make arrangements to enable his maintenance representative to receive such notification. 2)The contractor shall be on-site at Denver VA ECHSC, P&LMS to perform emergency repair service within twenty-four (24) hours after receipt of initial telephone notification of a malfunction. Contractor shall provide maintenance coverage and technical support service to assist in troubleshooting Monday through Friday, from 7 a.m. to 3:30 p.m. EST, excluding Federal Holidays. 3)In addition to above the contractor shall furnish a malfunction incident report to the installation upon completion of each repair call. The report shall include, as a minimum, the following: a)Date and time notified; b)Date and time of arrival; c)Serial number, type and model number(s) of equipment; d)Time spent for repair; e)Description of malfunction and repair; and f)Proof of repair that includes documentation of a sample run of quality control verifying acceptable performance and any other testing as needed. 4)During the term of the contract, should the repair record of any individual piece of laboratory equipment reflect a downtime of 5% or greater of the normal working days in one calendar month, a determination will be made by the designated representative of the Government at the using facility to replace the initial laboratory equipment with new equipment. The responsibility for maintaining the equipment furnished in good condition in accordance manufacturer's instruction, shall be solely that of the contractor. Each instrument provided by the contractor shall maintain an uptime of 95% in each month of the term of the agreement. 5)The contractor shall not leave a service call open pending verification that repairs are completed by the contractor's maintenance personnel. For each instrument provided the contractor shall treat each notification for an emergency/repair service call from the Government as a separate and new service call. g.Training: On-site training for all Denver VA ECHSC, P&LMS testing personnel and key operator training for a minimum of 2 operators is required. 6.SPECIAL REQUIREMENTS: In addition to the general requirements for the Electrophoresis CPRR requirements stated above, the contractor shall meet the following special requirements. a.Equipment shall have a fully bi-directional, ASTM or HL7 Lab Information System (LIS) interfacing. All downloads / software necessary to transfer orders and data into patient files via LIS interface will be at no additional cost to VA. b.Contractor shall provide at least one (1) each automated, auto-sampler instrument and (1) each automated electrophoresis/scanner instrument and peripherals to be located in the Laboratory Section of Denver VA ECHSC, P&LMS. c.Shall be capable of operating at high altitudes with no interferences. d.Shall provide data backup. e.Systems shall provide ease of use (uncomplicated menus), with minimal maintenance required. f.Shall provide flexibility in test volumes. g.Shall be easy to troubleshoot. h.All consumables, reagents, calibrators, controls, supplies, disposable items, parts, accessories and any other items required for the proper operation of the contractor's equipment and necessary for the generation and reporting of a patient test result shall be included in the CPRR. i.Provide extended expiration date of supplies. j.Uninterruptible power supply (surge protection, battery backup) provided by vendor for all associated electrical instruments and ancillary components excluding printer. k.Automated, walk-away, pre-analytical module to include full standardization of all pre-analytical steps including positive sample identification and standardization of sample preparation, linked with electrophoresis/scanning instrument with computer. l.All instruments and associated computer shall fit on bench-top within dimensions of 56 inches wide, 25 inches deep, and 20 inches height.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914R0006/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-14-R-0006 VA259-14-R-0006_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1035098&FileName=VA259-14-R-0006-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1035098&FileName=VA259-14-R-0006-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: EASTERN COLORADO HEALTHCARE SYSTEM;DENVER VA MEDICAL CENTER;PATHOLOGY AND LABORATORY MEDICINE;1055 CLERMONT STREET;DENVER, CO
Zip Code: 80220
 
Record
SN03209930-W 20131004/131002234652-7d27a4d67dc67944a74dccd4204e7b59 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.