Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
DOCUMENT

65 -- 644-16-1-034-0026 Nanosphere Verigene Reagent & Consumables Contract Sources Sought Only, Request for Information Only - Attachment

Notice Date
7/6/2015
 
Notice Type
Attachment
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25815N0585
 
Response Due
7/13/2015
 
Archive Date
8/12/2015
 
Point of Contact
steven.turner3@va.gov
 
E-Mail Address
Steven.Turner3@va.gov
(Steven.Turner3@va.gov)
 
Small Business Set-Aside
N/A
 
Description
"This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Please review the attached Statement of Work below and advise if your company can provide the supply or services indicated. Please provide capability statement and Point of Contact Information. Also include company socio/Economic status and size. If you have any questions or concerns in reference to the SOW please provide as well. EMAIL INFORMATION TO : Steven.Turner3@VA.GOV. Statement of Work Nanosphere Verigene Reagent & Consumables Contract 24 June 2015 Phoenix Veterans Administration Health Care System 650 E. Indian School Road Phoenix, AZ 85012 Transaction Number: 644-16-1-034-0026 POC: Anthony Millett, MT(ASCP) Microbiology Supervisor Pathology & Laboratory Medicine Service (P&LMS) "This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 1.0 Scope of Work: The Microbiology department of Pathology & Laboratory Medicine Service (P&LMS) at the Phoenix VA Health Care System (PVAHCS) is requesting a 5 year test panel, reagent and consumables contract agreement to support the Nanosphere Verigene molecular instrument system that was purchased in June, 2014. The Nanosphere Verigene molecular instrument system is used to detect and identify bacteria from positive blood culture vial(s). The bacterial organism identification is considered an important and critical diagnostic test result which is used in patient management decisions in the clinical setting. Because this diagnostic instrument is relatively new to the marketplace, the manufacturer of the instrument, Nanosphere, is the sole manufacturer and distributor of the test panels, reagents and consumables. 2.0 Tasks: The Contractor shall provide all products and materials according to the SOW specifications. The items required must meet or exceed the specifications listed below. 2.1 General Requirements; the contractor shall provide the following: 1.Specifications set forth in this proposal and the attached quote are specific to the BD Phoenix instrument system and substitutions cannot be used as they will adversely affect the performance and test results of the instrument system. 2.The offerer shall meet or exceed the requirements requested and will be held responsible for the performance and overall quality of the consumables purchased by the end-user. 3.All consumables purchased will be new and compatible with the Nanosphere Verigene molecular instrument system. The manufacturer of record is defined as a company whose main occupation is the manufacture of the items purchased which includes: a.Maintains a factory production line. b.Maintains a stock of replacement consumables. c.Maintains consumable literature (package inserts and SDS literature). d.Maintains and provides published and descriptive scientific literature that directly relates to the consumables that are purchased. 4.The vendor should have the ability to fill emergency supply requests when requested. 5.The end-user will pay shipping fees for all test panel, reagents & consumable items ordered. 6.Any additional costs such as industrial funding fees, special shipping and handling fees, or other usage fees must be clearly indicated in the purchase price quote. 7.All items quoted must be F.O.B. destination. All items shall be shipped to the following location: Phoenix VA Health Care System Attn: Receiving Warehouse, 650 E. Indian School Road Phoenix, AZ 85012 M-F, 8am-4pm, excluding holidays 2.2 System Requirements; the contractor shall provide the following: 1.N/A for this request. 2.3 Instrument Requirements; the contractor shall provide the following: 1.N/A for this request. a.The PVAHCS has purchased and is in possession of the Nanosphere Verigene molecular instrument system. 2.4 Supply Requirements; the contractor shall provide the following: The requested test panels, reagents & consumable items shall meet the following characteristics: 1.All items purchased must be compatible with the Nanosphere Verigene molecular instrument system. 2.The specific identification panels will be able detect several clinically relevant bacterial organisms using a multiplex test platform. 3.All test panels should be formatted in self-contained test-specific test cartridges that will facilitate the analysis of a nucleic acid sample. 4.Storage of test panels and consumables should be at stated on the packaging. 5.Contract will allow flexibility for future expansion of testing platforms based on the end-users discretion. 6.Contract will include base year (12 months) and 4 one-year options. 2.5 Repair & Maintenance Services; the contractor shall provide the following: 1.N/A for this request. 2.6 Pre-Installation Assessment; the contractor shall perform the following: 1.N/A for this request. 2.7 Upgrades/Test Volume Adjustment; the contractor shall perform the following: 1.The vendor will work with the end-user facility to determine test panel, reagent & consumable item costs based on the facility's estimated annual usage volumes. 2.9 Support Services: The contractor shall perform the following: 1.The manufacturer/vendor should have the ability to provide technical service sufficient to meet the needs of the end-user Monday-Friday from 8:00am to 4:30pm Arizona time excluding federal holidays. 2.The vendor will be assessed for privacy & security risk levels as it relates to efficiency and integrity of the service being provided. Identification of the contractor's sensitivity level as it relates to a position with national security interests will be assessed in accordance with VA directive 0710. A completed security assessment form (VA 2280a) and a business associate agreement will be kept on file. 3.In the performance of this contract, the vendor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the vendor of any safety issues and the action necessary to correct these issues. Such notice, when served on the vendor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the vendor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work and hold the vendor in default. 3.0 Installation, including Instrument Validation & Training; the contractor shall perform the following: 1.N/A for this request. "This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25815N0585/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-15-N-0585 VA258-15-N-0585_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2148634&FileName=VA258-15-N-0585-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2148634&FileName=VA258-15-N-0585-000.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: Phoenix VA Medical Center;Phoenix Arizona
Zip Code: 85014
 
Record
SN03786414-W 20150708/150706234650-de6a85bba860bb32962e6b8eede14bac (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.