Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2001 FBO #0019
PRESOLICITATION NOTICE

65 -- B-type Natriuretic Peptide (BNP) Reagent

Notice Date
12/19/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Director, Acquisition & Materiel Management, (90C), One Veterans Drive, Minneapolis, Minnesota 55417
 
ZIP Code
55417
 
Solicitation Number
618-97-02
 
Response Due
1/9/2002
 
Archive Date
2/8/2002
 
Point of Contact
Point of Contact - Linda Kelly, Contracting Officer, (612) 725-2183, Contracting Officer - Linda Kelly, Contracting Officer, (612) 725-2183
 
E-Mail Address
Email your questions to Linda Kelly
(linda.kelly2@med.va.gov)
 
Description
This is a Combined Synopsis and Solicitation #RFQ-618-97-02-LK entitled "B-type Natriuretic Peptide (BNP) Test, Reagent/Rental." It is prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-02 and VAAR 97-8. The VA will conduct this procurement according to a combination of FAR Parts 12 and 13. The North American Industry Classification (NAICS) Code that applies is 325413 and the small business size standard is 500 employees. This CBD announcement constitutes the ONLY solicitation/bid document that will be issued. A separate written solicitation/bid document will not be issued. Contractors are requested to submit a written technical proposal and a cost proposals in response to the requirements listed below. The Contractor may submit his proposal on his company's letterhead or his company's formal bid proposal form and all offers submitted must contain the signature of a person authorized by the company to submit proposals. NOTE: The Offeror MUST ADDRESS ALL items listed below in the VA's requirements, by submitting in a separate technical proposal, an explanation of how the products he is proposing will meet each of the VA's requirements. The Contractor's price and technical proposal must contain the name; title and signature of a person authorized to submit proposals/bids on behalf of the contractor. Descriptive literature for equipment offered must also be included in proposal/bid package. The VA Medical Center (VAMC), Minneapolis, Minnesota, acting as the contracting activity for Veterans Integrated Service Network (VISN-13) has a requirement for B-type Natriuretic Peptide (BNP) testing meters, reagents, controls and calibrators to be provided under a "Cost-per-Test" or "Reagent Rental" agreement. The BNP test must be FDA approved and have the ability to be performed on whole blood and plasma specimens to aid in the diagnosis of Congestive Heart Failure. Meters and reagents must provide a test that is "point-of-care" portable, user friendly and easy-to-use, and be able to provide STAT results in approximately 15 minutes. The VAMC's minimum requirements include the following: for VAMC Minneapolis, MN, One Triage BNP Meter, Biosite Cat# 55001 or Equal; 24 kits - Triage BNP Reagent Test Kits (25 tests/kit) Biosite Cat. #98000 or Equal; 6 kits - BNP Control Kits each containing 2-high and 2-low, Biosite Cat# 98001 or Equal; and 2 Kits - BNP Calibration Kits Biosite Cat#98002 or Equal: for VAMC Sioux Falls, SD, One Triage BNP Meter, Biosite Cat# 55001 or Equal; 12 kits - Triage BNP Reagent Test Kits (25 tests/kit) Biosite Cat. #98000; 3 Kits - BNP Control Kits each containing 2-high and 2-low, Biosite Cat# 98001; and 2 Kit - BNP Calibration Kits, Biosite Cat#98002: for VAMC Fargo, ND, One Triage BNP Meter, Biosite Cat# 55001 or Equal; 8 Kits - Triage BNP Reagent Test Kits (25 tests/kit) Biosite Cat. #98000 or Equal; 2 Kits - BNP Control Kits each containing 2-high and 2-low, Biosite Cat# 98001 or Equal; and 2 Kits - BNP Calibration Kits Biosite Cat#98002 or Equal. Contractor must supply all instrumentation, reagents, controls, calibrators and supplies as needed to perform the estimated minimum number of test as indicated above per VA facility. The test must be FDA approved for diagnosis of congestive heart failure. Meter may be used to run both the BNP Test and Cardiac Panels. Must be portable with the ability to run on batteries or AC/DC power. Provide an LCD screen and have printer capability. Offer Quality Control features that are built in and provide a large capacity memory for storing patient test results and QC results. Provide a bar code reader for patient identification. Provide full connectivity to interface with VAMC Laboratory patient records system.. Contractor will provide for delivery and installation of the equipment at each VA Lab site. Note: Acceptance of the system will not be made by the VAMC until a fully installed and operational system has been provided. If deliveries made by the Contractor will not be FOB Destination he must provide the delivery charges with his proposal. Training must be provided by the contractor "in-house" for at least four Lab Techs at each VAMC site. All maintenance of equipment will be provided by the Contractor throughout the contract period at no additional charge to the government. Contractor is also requested to address time frame associated with: Delivery after Receipt of Order; Installation; and Training; FOB point and Shipping Charges (if applicable), and Prompt Payment Terms. The title to all equipment provided will remain with the contractor and at the end of the contract period all equipment provided will be considered property of the Contractor and must be picked up within 30 days of the end of contract term. A Firm Fixed Price, One Year Contract will be awarded. Evaluation of proposals will include the following evaluation factors: (a) The technical capability of products offered to meet the governments requirements as listed; (b) reputation in the trade and past performance history of contractor; (c) and price. Award will be made to the offeror determined to offer the "best value" to the Government. Technical capability and past performance will be weighted significantly higher than price. Evaluation may be made with or without discussions with the offerors. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting cost and technical proposals on their company letterhead or bid form. The following provisions and clauses shall apply to this solicitation: 52.252 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation - Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items (NOTE: OFFERORS MUST INCLUDE A COMPLETED COPY of "Offeror Representations and Certification" along with his/her offer); 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Satutues on Executive Orders - Commercial Items; VAAR 852.270-4 Commercial Advertising; 852,237-70 Contractor Responsibilities; 852.270-1 Representatives of Contracting Officer. Upon request, the Contracting Officer will make the FAR and VAAR clause(s) full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far for FAR clauses and http://www.va.govoa&mm/vaar/ for VAAR clauses. Contractor's proposal shall include: a technical proposal, a price proposal, descriptive literature, at least three references including names and phone numbers, a completed copy of provision 52.212-3 - Offeror Representations and Certifications. Proposals shall be submitted to Linda M. Kelly, Contracting Officer (90C), VA Medical Center, Room 4G-107, One Veterans Drive, Minneapolis, MN 55417. For further information, contact Linda Kelly at (612) 725-2183. Offeror's proposals are due by 4:00 pm CST on January 9, 2002.
 
Web Link
Draft RFP 618-97-02
(http://www.bos.oamm.va.gov/solicitation?number=618-97-02)
 
Record
SN20011221/00008467-011220090500 (fbodaily.com)
 

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.