Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2013 FBO #4410
DOCUMENT

66 -- Dialysis Water Testing - Attachment

Notice Date
12/19/2013
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
 
Solicitation Number
VA25614Q0269
 
Response Due
1/8/2014
 
Archive Date
3/9/2014
 
Point of Contact
Jack Caperton
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in far subpart 12.6p streamlined procedures for commercial items, in conjunction with far subpart 13 and as supplemented with additional information included in this notice. This is a Firm Fixed Priced Contract. Only qualified offerors may submit bids. Solicitation VA256-14-Q-0269 is issued as a Request for Quotes and constitutes the only solicitation, a written solicitation will not be issued. This solicitation is set-aside for Small Businesses. If Claiming Small business, firm must be certified by the Small Business Administration. The North American Industry Classification System Code (NAICS) is 621511and size standard is $30 Million. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. In order to be considered for a government award, the firm must be registered in System for Award Management @ www.sam.gov and be capable of furnishing all labor, parts, material, travel/shipping to provide the following services listed in the statement of work. Vendor must also be fully accredited by the College of American Pathologists (CAP) and Clinical Laboratory Improvement Amendment (CLIA) certified. A.STATEMENT OF WORK Period of Performance (POP): The base POP is from February 1, 2014 plus 4 one-year options (if all options are exercised, ending 2019). Options may be exercised unilaterally by the Government. Base Year - 1 Feb 2014 to 31 Jan 2015 Option Year 1 - 1 Feb 2015 to 31 Jan 2016 Option Year 2 - 1 Feb 2016 to 31 Jan 2017 Option Year 3 - 1 Feb 2017 to 31 Jan 2018 Option Year 4 - 1 Feb 2018 to 31 Jan 2019 Description of Services: Contractor shall provide services to conduct testing of Dialysis Water to AAMI Standards 2 times a year, Environmental Culture Water Colony Count monthly, and Endotoxin Testing monthly. Contractor will provide all laboratory supplies and shipping containers to collect and ship water samples to the testing facility that can conduct all testing parameters. A total of 4 water samples for AAMI testing, 1,632 environmental culture colony counts, and 840 Endotoxin (LAL) water samples will be sent annually by VAMC to the testing facility. Water testing results/reports must be returned to VAMC or made available on-line within the specified time after receiving samples. After receipt of specimens at the testing facility, the reporting times are 3-7 days for the AAMI testing, 48 hours for the colony counts, and 24 hours for the LAL. No other additional water testing procedures by vender is allowed under the contract. Results from colony counts that are outside of acceptable limits will be called to the Client Services Section prior to sending test results. The result is anything >200 CFU/ml. The testing of dialysis water for AAMI standards and Limulas Amebocyte Lysare (LAL) is to determine the presence of endotoxins which can cause pyrogenic and or bacteremic symptoms in patients during dialysis treatments. Colony counts above a certain level indicate the system must be treated to restore sterility. The quantity of water samples that will be taken and shipped are approximately 70 LAL's each month, 136 colony counts each month, and approximately 1 AAMI Standards samples each quarter. 1 Price/Cost Schedule ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 001Contract Period: Base POP Begin: 02/01/2014 POP End: 01/31/2015 Endotoxin (LAL) Test:840.00EA____________________________________ 002Contract Period: Base POP Begin: 02/01/2014 POP End: 01/31/2015 Water Analysis to AAMI Standards4.00EA____________________________________ 003Contract Period: Base POP Begin: 02/01/2014 POP End: 01/31/2015 Environmental Culture - Water Colony Count1,632.00EA____________________________________ 1001Contract Period: Option 1 POP Begin: 02/01/2015 POP End: 01/31/2016 Endotoxin (LAL) Test:840.00EA____________________________________ 1002Contract Period: Option 1 POP Begin: 02/01/2015 POP End: 01/31/2016 Water Analysis to AAMI Standards4.00EA____________________________________ 1003Contract Period: Option 1 POP Begin: 02/01/2015 POP End: 01-31-2016 Environmental Culture - Water Colony Count1,632.00EA____________________________________ 2001Contract Period: Option 2 POP Begin: 02-01-2016 POP End: 01-31-2017 Endotoxin (LAL) Test:840.00EA____________________________________ 2002Contract Period: Option 2 POP Begin: 02-01-2016 POP End: 01-31-2017 Water Analysis to AAMI Standards4.00EA____________________________________ 2003Contract Period: Option 2 POP Begin: 02-01-2016 POP End: 01-31-2017 Environmental Culture - Water Colony Count1,632.00EA____________________________________ 3001Contract Period: Option 3 POP Begin: 02-01-2017 POP End: 01-31-2018 Endotoxin (LAL) Test:840.00EA____________________________________ 3002Contract Period: Option 3 POP Begin: 02-01-2017 POP End: 01-31-2018 Water Analysis to AAMI Standards4.00EA____________________________________ 3003Contract Period: Option 3 POP Begin: 02-01-2017 POP End: 01-31-2018 Environmental Culture - Water Colony Count1,632.00EA____________________________________ 4001Contract Period: Option 4 POP Begin: 02-01-2018 POP End: 01-31-2019 Endotoxin (LAL) Test:840.00EA____________________________________ 4002Contract Period: Option 4 POP Begin: 02-01-2018 POP End: 01-31-2019 Water Analysis to AAMI Standards4.00EA____________________________________ 4003Contract Period: Option 4 POP Begin: 02-01-2018 POP End: 01-31-2019 Environmental Culture - Water Colony Count1,632.00EA____________________________________ GRAND TOTAL__________________ Samples will be tested using the chart below, from AAMI Standards 2010 Edition. Maximum allowable chemical contaminant levels in water used to prepare dialysate and concentrates from powder at a dialysis facility and to reprocess dialyzers for multiple use. ContaminantMaximum Concentration (mg/L)b) Aluminum0.01 Chloramines 0.1 Free chlorine 0.5 Copper 0.1 Fluoride 0.2 Lead 0.005 Nitrate (as N)2.0 Sulfate 100 Zinc 0.1 Contaminants normally included in dialysate Calcium 2 (0.1 mEq/L) Magnesium 4 (0.3 mEq/L) Potassium 8 (0.2 mEq/L) Sodium 70 (3.0 mEq/L) Other contaminants Antimony 0.006 Arsenic 0.005 Barium 0.1 Beryllium 0.0004 Cadmium 0.001 Chromium 0.014 Mercury 0.0002 Selenium 0.09 Silver 0.005 Thallium 0.002 HOURS OF COVERAGE (Deliverable schedule): The vendor will deliver supplies, at no charge, a unique and easy-to-use tray packaging system that is specifically designed to protect the integrity of the specimens during transit. Vendor additionally supplies all specimen collection cups, specimen tubes, ice packs, racks, sealing bags to ensure leakage is contained, and a detailed test requisition form to accompany each specimen. Specimens are shipped from the dialysis department to the vendor for a Limulas Amebocyte Lysare (LAL) test to determine the presence of endotoxins which can cause pyrogenic and or bacteremic symptoms in patients during dialysis treatments. a.The vendor will perform testing services during normal working hours: Monday through Friday, 7:30 pm - 4:30 pm, excluding federal holidays. Federal holidays observed by CAVHS are: New Year's DayMemorial DayColumbus DayThanksgiving Day Martin Luther King DayIndependence DayVeteran's DayChristmas Day President's DayLabor Day b.Tests that are indeterminate because of shipping or contractor caused delays/damages, will be re-tested at the expense of the company. c.CAVHS does not require testing on federally-recognized holidays or weekend days (Saturday and Sunday). DOCUMENTATION/REPORTS All testing results/reports will be forwarded to the Client Services Section of Pathology and Laboratory Medicine Service, Central Arkansas Veterans Healthcare System. Contact phone number for action levels is (501)257-4668. The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance, including replaced parts and prices (for service outside normal working hours) procedures performed required to maintain the equipment in accordance with Section C.3, Conformance Standards. Each report must, at a minimum, document the following data legibly and in complete detail: The aforementioned statement concerning scheduled and unscheduled maintenance does not apply in this instance or as it relates to the specifics of this contract. 1. Name of Contractor. 2. Contractor report/log number. 3. VA purchase order number(s) 4. Signatures: 5. Technician performing services described. Vendor must be able to accept payment by electronic fund transfer. Vendor must register in VAFSC Online Payment System. Invoices will list the number of specimens, the type of test and identification number of the specimen by requisition number for payment verification. Invoices will be in arrears no later than one month after testing was completed and results transmitted. (1)The vendor will report test results back to P&LMS, CAVHS, within 48 hours of testing samples. All testing results/reports will be forwarded to the Dialysis Department at CAVHS. (2)Vendor shall promptly notify CAVHS client services (257-4668) by telephone if significant delays in testing will occur. (3)Vendor will notify CAVHS client services (257-4668) in as timely a manner as is feasible, when information subsequently becomes available to indicate that a test run demonstrated inaccuracies or discrepancies that could have influenced test results. (4)Vendor will have submitted all invoices for payment NLT 60-days past end of current fiscal year to ensure timely closeout of requirement. Any additional charges claimed by the FSE/Contractor must be approved by the COR before the service is completed. A purchase order number must then be provided to the FSE/Contractor by the COR. Location of Performance: Central Arkansas Veterans Healthcare System (CAVHS) Pathology & Laboratory Medicine Service (P&LMS)/113LR 4300 West 7th Street Little Rock, AR 72205 This is a competitive Request for Quotes (RFQ) that represents the best value to the Government conducted under FAR Part 15, Lowest Price Technically Acceptable (LPTA) source selection process. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding he acceptability standards for noncost factors. Proposals will be evaluated and ranked according to price, form lowest to highest. The Government reserves the right to evaluate only the technical proposal of the lowest price offeror. Other technical proposals may not be evaluated unless the Government determines he lowest price offeror to be unacceptable or non-responsive. In the event the Government determines the lowest price offeror to be unacceptable, the technical proposal of the next lowest price offeror will be evaluated. This process will continue until a technical proposal is determined to be acceptable. The lowest offeror deemed acceptable in all non-cost factors shall be the apparent awardee. Price proposals will be evaluated and ranked according to price, from lowest to highest. Price will not be evaluated other than to ensure price reasonableness. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Note: Offers that are not technically acceptable cannot be selected, regardless of Price. The Technical evaluation factors consist of two separate elements: Experience and technical proposals will be rated either acceptable or unacceptable. The offeror needs to show that they have technical expertise to perform services listed in the statement of work. Offers that do not provide enough detail experience will be rated as unacceptable. Submitting Quote: Offerors must return provision 52.212-3 with their proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representation and certifications online at https://orca.bpn.gov/login.aspx. 1.Contact information, Name, Phone Number, Fax Number and email address 2.Mailing address and remit to address, if different than mailing address 3.Acknowledgment of Solicitation Amendments 4.Offeror's DUNS number 5.Equipment Place of Manufacture (include US city, state and ZIP=4: or foreign country) PRICE COST SCHEDULE: See items listed in statement of work (SOW) Quotes must be received Jan 8, 2014 by 1:00 PM CST. Email your quote to Jack.Caperton@va.gov or mail to the following address: Central Arkansas Veterans healthcare System, Network Contract Activity 16, ATTN: Jack Caperton, 2200 Fort Roots Drive, Building 41, Room 203, North Little Rock, AR 72114. Applicable Provisions apply to this acquisition: 52.212-1-Instructions to Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required it Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration; 52.233-2 Service of Protest; 52.233-3Protest After Award; 52.217-8 Option to extend Services; 52.217-9 Options to extend the term of the contract; 52.228-5 Insurance - Work on a Government Installation; Supplemental Insurance Requirements (General Liability $500,000 per occurrences; Automobile Liability $250,000 per person; $500,000 per occurrence and $20,000 property damage); 52.243-1 Changes - Fixed Price. Full test can be obtained at www.acquisition.gov/far. VAAR 852.233-70 Protest Content; 852.233-71 Alternate Protest Procedure; 852.237-70 Contractor Responsibilities, 852.237-76 Electronic Submission, 852.203-70 Commercial Advertising DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25614Q0269/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-14-Q-0269 VA256-14-Q-0269_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1135288&FileName=VA256-14-Q-0269-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1135288&FileName=VA256-14-Q-0269-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03255356-W 20131221/131219234805-8c90f01a4d458a7013ba6e829a33c536 (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.