Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
DOCUMENT

66 -- Methicillin Resistant Staphylococcus Aureus (MRSA) Testing Eastern Oklahoma Health Care System Muskogee (EOKCVAHCS) Jack C. Montgomery VA Medical Center, Muskogee, OK - Attachment

Notice Date
12/21/2017
 
Notice Type
Attachment
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25918Q0098
 
Response Due
12/28/2017
 
Archive Date
3/28/2018
 
Point of Contact
Edward Marshburn (CO)
 
E-Mail Address
2-5733<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCE SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs (VA), Eastern Oklahoma Health Care System Muskogee (EOKCVAHCS) and the Network Contracting Office (NCO) 19 are performing market research to determine if there are sufficient number of qualified (1) Service Disabled Veteran Owned Small Business; (2) Veteran Owned Small Business; or (3) Small Business to set aside Firm Fixed Price Methicillin Resistant Staphylococcus Aureus (MRSA) Testing contract. The Government will use responses to this notice to make the appropriate acquisition decision. The selected contractor will furnish labor and facilities to provide the following instruments will be installed at EOKVAHCS: an automated molecular platform should be fully-integrated real-time Polymerase Chain Reaction (PCR) system which integrates a complete on-board nucleic acid purification system with amplification, and detection in one self-contained system. The biometric pulse parameters exceed molecular cell structures; an imminent risk of mutation exists. Therefore, the molecular platform should allow rapid testing, and multiple assays to run separately on the same instruments at the same time, to increase productivity, reproducibility, and reduced turn-around-time. The contractor shall provide an automated molecular platform that performs rapid, continuous sample processing operation mode to allow true 24/7 results, rapid real-time PCR, multiple test menu, and easy to use for moderately complex testing from patient specimens. The Contractor will provide all equipment, parts, accessories and any other item required for the proper operation of its contractor owned analyzer and peripherals necessary for the generation of a Molecular Diagnostic Testing System for Methicillin Resistant Staphylococcus aureus (MRSA), Methicillin Resistant Staphylococcus aureus/Staphylococcus aureus (MRSA/SA), Chlamydia trachomatis/Neisseria gonorrhea (CT/NG) with collection kit, Influenza A/B, and Carbapenem Resistant organisms by real time polymerase chain reaction (RT-PCR) testing services, and other tests but not limited to listed tests. The instruments shall be able to simultaneously perform the complete profile as described below and meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). Services shall be required for the VISN 19 for a base year period with four one-year options. GENERAL REQUIREMENTS: Offered models of the Molecular Diagnostic Testing System shall be capable of producing accurate and reproducible assays on biological specimens by established in vitro diagnostic methods. The module system (at least 24 testing modules) shall provide accurate test assay results for sample specimens up to the manufacturer's defined maximum test per hour without excessive malfunctions, breakdowns, or service calls. Offered testing equipment shall be new, state-of-the-art equipment. Remanufactured and discontinued models will not be accepted. The contractor shall provide all upgrades to the equipment hardware and operating system software, at no additional cost to the Government during the lifetime of the instrument. These enhancements shall be delivered and installed at the Eastern Oklahoma VA Health Care System, Jack C. Montgomery VA Medical Center, Muskogee, OK facility within 30 days of issuance to the commercial market. The system being offered is 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. Discontinued models that are only being made available as remanufactured equipment are not acceptable. Contractor offered equipment shall perform satisfactorily at any laboratory temperature between 50 and 90 degrees Fahrenheit (10 and 32 degrees Celsius) and relative humidity between 10 and 85 percent. An operator s manual for the instrument shall be supplied to the listed facilities. Contractors offered analyzers shall conform to the listed facility s laboratory space. Equipment should include 120-220 volt UPS system provided and serviced by the contractor. SPECIFIC REQUIREMENTS: The general requirements for a Molecular Diagnostic Testing System for Methicillin Resistant Staphylococcus aureus (MRSA), Methicillin Resistant Staphylococcus aureus/Staphylococcus aureus (MRSA/SA), Clostridium Difficile, Influenza A/B, Chlamydia trachomatis/Neisseria gonorrhea (CT/NG), Trichomonas and Carbapenem Resistant testing, and other tests not limited to the listed tests by Real-time polymerase chain reaction (RT-PCR) the contractor shall make every attempt to provide equipment, peripherals and supplies meeting the following requirements, characteristics and capabilities. The total contract period for both facilities shall be one base year and four (4) inclusive option year periods not to exceed five (5) years. The total aggregated contract amount, including all options years, shall not exceed $ 704, 260.00 This contemplated solicitation will be evaluated based on best value in terms of past performance, and technical capabilities in accordance with FAR 13. All interested contractors who can meet the requirements stated above should respond, in writing, with information describing their interest, capabilities statements and indicate which small business category for which they qualify to the Contracting Officer shown above no later than 4:00 p.m. (Mountain Time), December 28, 2017. Request for Information 36C25918Q0098 has been assigned and should be referenced on all correspondence regarding this announcement. THIS IS NOT A REQUEST FOR PROPOSAL. NAICS Code 325413 is applicable to this acquisition, and the size standard 1,250 Employees. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System Award Management System (SAM) database prior to award of a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q0098/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918Q0098 36C25918Q0098.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3981031&FileName=36C25918Q0098-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3981031&FileName=36C25918Q0098-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04773379-W 20171223/171221231047-b2231e6a4df0e8c78fa2e44ce61e6edd (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.